SOA - SPECIALIZED TACT. TRAIN. FAC.

Solicitation number W6399-150182/A

Publication date

Closing date and time 2014/12/10 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    MATRIX I TERNATIONAL SECURITY, TRAINING, & INTELLIGENCE CENTRE
    122 WILL ROGERS RD. BLDG. 1166
    ROSWELL New Mexico
    United States
    88203
    Nature of Requirements: 
    IMPORTANT NOTICE TO SUPPLIERS
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders is the sole authoritative source for
    Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    The purpose of this amendment is  to:
    	1. correct parragraph numbering;
    	2. In the title of  paragraph 8, delete "contract" and insert
    "standing offer"; and
    	3.  In paragraph 8, delete 2017 and insert 2016
    1.  Advance Contract Award Notice (ACAN)
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier. 
    2.	Definition of the requirement
    The Department of National Defence (DND) requires access to a
    Specialized Facility for Tactical and Collective Mobility
    Training for the conduct of long-range live-fire and related
    training in order to develop and maintain its unique skill sets.
    The objective is to issue a 2 year Standing Offer (SO), with the
    option to extend for 3 additional 1 year periods with a
    Contractor to provide access to range and training facilities
    for specialized tactical and collective mobility training
    services. The estimated usage is up to 25 days per serial and up
    to 5 times per year.
    2.1	Tasks
    The Contractor must provide the following: 
    a)	Access to training facilities;
    b)	Support staff to liaise and coordinate with the DND Liaison
    Officer (LO) and Range Safety Officer (RSO); and
    c)	Access to accommodation facilities and services.
    
    2.2	Constraints
    The following constraints apply to the overall requirement:
    d)	The facilities must be located in a climate enabling the
    conduct of outdoor training at any time of the year, within
    Canada or the Continental/Contiguous United States of America
    (USA). The lowest mean temperature for any month, within the
    past 5 years, must be at no less than 4 degrees Celsius, or 39
    degrees Fahrenheit; 
    e)	The training facilities must replicate an arid environment;
    f)	The Contractor must ensure that DND has exclusive use of the
    selected facilities (ranges, compounds, training areas, etc)
    during the training event;
    g)	The training facility must support the live-fire training of
    a mounted, Company-sized (up to 30 vehicles) maneuver element;
    h)	The lodging facilities must be located within the training
    facilities, and must be no further than 80 kilometers from the
    training range facilities (ranges, compounds); 
    i)	The training facility must be located no further than 100
    kilometers from an airport capable of receiving Canadian Armed
    Forces transport aircraft, up to the size of a CC-130 Hercules;
    j)	The facilities must be within 150 kilometers driving range of
    a civilian hospital with appropriate trauma response
    capabilities able to address injury types (ie gunshot, blast,
    fragmentation, etc) as may be sustained through this type of
    training.
    2.3	Deliverables
    The Contractor must provide DND with the following goods and
    services:
    2.3.1	Training Range Facilities
    The Contractor must provide the following types of training
    ranges:
    a)	Long distance training range; 
    b)	Mount and dismount training range;
    c)	Mission task training compound;  
    d)	Team, platoon, and company level mounted training range; and  
    e)	Company level dry training area. 
    The Contractor must be responsible for clean-up of all ranges
    after use by DND
    2.3.2	Contractor Support Staff
    
    The Contractor must provide DND with the following support staff:
    		
    a)	Range Coordinator; 
    b)	Program Manager;  
    c)	Logistics Coordinator; 
    d)	Target Operators;  and
    e)	Role Players.   
    2.3.3	Target Equipment
    The Contractor must provide DND with the following target
    equipment:
    a)	Portable electronic target system;
    b)	Stationary infantry targets;
    c)	Steel TYPE I - swing set;  
    d)	Steel TYPE II - H stand; 
    e)	Steel TYPE III - X stand;  
    f)	Large metal 'gong' style target;
    g)	Wooden target boards;  
    h)	Three-dimensional (3D) human torso targets;  
    i)	Steel dueling trees;  
    j)	Aircraft Glass: Types 1 and 2 300 Series aircraft cockpit
    glass;
    k)	Non-destroyable target vehicles; 
    l)	Destroyable target vehicle; 
    m)	Plywood replica vehicle targets; 
    n)	Pyrotechnic sets; and
    o)	Lighting for target equipment.
    
    
    2.3.3	Training Weapons & Ammunition
    The Contractor must provide DND with the following weapons and
    ammunition:
    a)	AK-47 rifles, with the ability to shoot blank rounds;
    b)	7.62 x 39 mm blank rounds;
    c)	Paint ball weapons; and
    d)	Paint ball rounds. 
    
    2.4	Training Vehicles
    The Contractor must provide DND with 6 Suburban type sport
    utility vehicles (SUVs) to be available for use exclusively by
    DND during the entire training event. 
    
    2.5	Miscellaneous Training Equipment and Services
    The Contractor must provide DND with the following training
    equipment and services for the duration of the training event:
    a)	Scissor Jack capable of lifting a minimum of 5000 lbs solid
    wooden structure with the dimensions 9' by 9';
    b)	Portable UHF/VHF radios;  
    c)	Emergency Generator; and
    d)	Portable Toilets.  
    
    2.6	Accommodation Facilities
    The Contractor must be capable of providing accommodations
    facilities and amenities to support all DND personnel during the
    training event.
    The accommodation facilities must be capable of supporting up to
    80 DND personnel, and must include a parking area capable of
    accommodating up to 25 full-size vehicles, 1 cube van and 6
    All-Terrain Vehicles (ATVs) with trailers.
    The Contractor's accommodation facilities must include the
    following amenities and services: 
    a)	Lodging;  
    b)	Briefing room;
    c)	Kitchen facility;  
    d)	Storage rooms;  
    e)	General purpose area;
    f)	Meal services;  
    g)	Janitorial services; and
    h)	Medical services.
    3.	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements)
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    3.1	Operational Performance Requirements	
    The specialized facility must conform to the climatic and
    terrain conditions in accordance with the following:
    The lowest mean temperature for any month, within the past 5
    years, must be no lower than 4 degrees Celsius, or 39 degrees
    Fahrenheit;
    
    The training facilities must replicate an arid terrain
    environment.
    
    3.2	Range and Mobility Training Areas
    The specialized facility must:
    a)	Provide a training area of a size no less than 20 kilometers
    square of open, arid terrain that is able to support the free
    maneuver of military pattern wheeled vehicles;
    b)	Provide a training area of a size no less than one kilometer
    by 20 kilometers of open, arid terrain that can support:
    c)	Up to 20 vehicles firing and moving simultaneously;
    d)	The live firing of small arms (5.56mm, 7.62mm and .50
    calibre), 40mm grenade launchers, light anti-tank (HEAT)
    weapons, 84mm recoilless rifle (HE/TP), and 60mm mortars
    (HE/TP); and
    e)	The ability to conduct live fire training with an arc of fire
    that is a minimum of 50 degrees).
    f)	Provide a long distance training range of a size no less than
    200 meters by 2400 meters that can accommodate live fire ranging
    from 5.56mm to .338 and .50 caliber small arms ammunition;
    g)	Provide a mount and dismount training range of a size no less
    than 500 meters by 2400 meters that can accommodate live fire
    ranging from 5.56mm to .338 and .50 caliber small arms
    ammunition, and can support the conduct of live fire training
    with an arc of fire that is a minimum of 250 degrees; and
    h)	Provide a mission task training compound that contains a
    simulated village environment that is situated within a larger
    training area of open/semi-open terrain of a size no less than
    7000 meters in length. The building and false fronts in the
    simulated village must accommodate live fire ranging from 5.56mm
    and 7.62mm to .338 and .50 caliber small arms ammunition, as
    well as 100 grain explosive entry door charges.
    3.3	Accommodations and Air Transport
    The specialized facility must:
    a)	Provide accommodation and meal facilities areas capable of
    supporting up to 80 people for up to 25 consecutive days; and
    b)	Be located no further than 80 kilometers from an airport
    capable of receiving Canadian Armed Forces transport aircraft up
    to the size of a CC-130 Hercules.
    4.	Applicability of the trade agreements to the procurement
    This procurement is subject to the following trade agreement(s):
    World Trade Organization Agreement on Government Procurement
    (WTO-AGP);
    North American Free Trade Agreement (NAFTA), and;
    Agreement on Internal Trade (AIT).
    5.	Justification for the Pre-Identified Supplier
    Being the largest and most comprehensive tactical training and
    support center in the Continental US and Canada, MISTIC is the
    only venue which allows for live, free fire and manoeuvres in an
    area large enough to support a 30 vehicle live fire event.
    Additionally, it is the only training center also able to
    support high explosive, sniper, mounted and dismounted and heavy
    weapons ranges all in the same location.
    The facilities and training areas within the MISTIC tactical
    training and support center are the only ones available that can
    simulate the required terrain and weather conditions anticipated
    during operations. An arid training area is essential in
    ensuring critical training objectives are met.
    6.	Government Contracts Regulations Exception(s)
    The following exception(s) to the Government Contracts
    Regulations is invoked for this procurement:
    Under subsection 6(c) - the nature of the work is such that it
    would not be in the Public interest to solicit bids.
    7.	Exclusions and/or Limited Tendering Reasons
    Limited Tendering
    World Trade Organization Agreement on Government Procurement
    (WTO-AGP) Article XIII, paragraph 1 b iii.
    1.	"Provided that it does not use this provision for the purpose
    of avoiding competition among suppliers or in a manner that
    discriminates against suppliers of any other Party or protects
    domestic suppliers, a procuring entity may use limited tendering
    and may choose not to apply Articles VII through IX, X
    (paragraphs 7 through 11), XI, XII, XIV and XV only under any of
    the following circumstances
    b where the goods or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    goods or services exist for any of the following reasons:
    iii	due to an absence of competition for technical reasons;"
    Agreement on Internal Trade (AIT) Article 506, paragraph 12b):
    "where there is an absence of competition for technical reasons
    and the goods or services can be supplied only by a particular
    supplier and no alternative or substitute exists;
    8.	Period of the proposed standing offer.
    The period for making call-ups against the Standing Offer is
    from date of Contract to December 31, 2016 inclusive
    
    The Contractor grants to Canada the irrevocable option to extend
    the term of the Standing Offer by up to 3 additional 1 year
    period(s) under the same conditions.  The Contractor agrees
    that, during the extended period of the Standing Offer, it will
    be paid in accordance with the applicable provisions as set out
    in the Basis of Payment.
    9.	 Cost estimate of the proposed contract
    The estimated value of the standing offer, including option(s),
    is between $ 3,000,000 and $3,800,000 (GST/HSTextra).
    10.	 Name and address of the pre-identified supplier
    MISTIC Inc
    122 Will Rogers Rd, Bldg 1166
    Roswell NM 88203
    11.	 Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN may submit a statement of capabilities in
    writing to the contact person identified in this notice on or
    before the closing date of this notice. The statement of
    capabilities must clearly demonstrate how the supplier meets the
    advertised requirements.
    12.	 Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of
    capabilities is December 10, 2014 at 2:00 p.m EST.
    13.	 Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    
    	Jeff Campbell
    	Supply Team Leader
    Public Works and Government Services Canada
    Acquisitions Branch
    Special Procurement Initiatives Directorate
    Place du Portage
    11 Laurier Street, 10C1
    Gatineau, Quebec K1A0S5
    Telephone: 819- 956-1782
    Facsimile: 819-956-9235
    E-mail address: jeff.campbell@tpsgc-pwgsc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Campbell, Jeff
    Phone
    (819) 956-1782 ( )
    Fax
    (819) 956-9235
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Foreign
    ,
    National Capital Region (NCR)
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: