An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
1. Definition of the requirement:
Policy on Reciprocal Procurement: The Policy on Reciprocal Procurement does not apply to this procurement.
The Correctional Service of Canada (CSC) has a requirement to provide programming, consistent with community standards and labour market conditions, to federally sentenced offenders to meet their employment needs. To meet these needs, CSC offers vocational training to offenders serving a federal sentence. The work will involve the following:
1.1 Objectives:
To provide vocational training and third-party certification in Wildfire Suppression and Safety, on an as when requested basis, to groups of men and women offenders at various Federal Institutions in Alberta. Upon successful completion of the training, the Contractor must provide certificates to the successful participants.
1.2 Tasks:
The Contractor must provide:
a) Certified resource(s) (instructor(s)) to deliver Wildfire Safety training that includes in person facilitation in both classroom and practical setting.
b) All manuals, handouts, materials and necessary equipment for the Contractors’ resource(s) and participants. This includes the responsibility for transportation of the Contractor’s resource(s), all course materials and equipment to and from the training location.
c) A training program that is a minimum of 16 hours in length with classroom instruction and practical hands-on exercises on Wildfire Suppression and Safety. The program must include, but is not limited to:
1. Wildfire Fundamentals
2. Forrest Fuels and Behaviours
3. Fireline Operations and Safety
4. Fire Suppression Techniques
5. Water Delivery Systems
6. Wildland/Urban Interface
7. Occupational Health and Safety regulations and Compliance
8. Cultural Considerations in Fire Management
The Contractor’s resource(s) must:
a) Participate in an orientation at the identified training location prior to delivery of training as per section Orientation Prior to Course Delivery.
b) Arrive, at least 30 to 45 minutes prior to the start time of the course to allow time for processing by the principal entrance security and resolve any logistical issue, set up and be ready for arrival of participants.
c) Have all materials prepared for the course and seek assistance from CSC personnel when needed for practical training; and
d) Ensure area of work is searched at the end of each day and follow any tool control, attendance management and security procedures as identified in the site orientation prior to course delivery.
1.3 Expected results:
Upon successful completion of training, offenders will receive a valid third-party certificate in Wildfire Suppression and Safety.
1.4 Deliverables:
For each course, the Contractor must provide:
a) Sufficient resources (instructors) to facilitate Wildfire Suppression and Safety training for each location for which the Contractor has been identified to provide services.
b) Training materials, written, practical exercises and testing as required for the completion of the applicable course.
c) All necessary materials which include, but are not limited to: manuals, handouts, materials, Personal Protection Equipment (PPE) and any other necessary equipment.
d) A copy of the participants’ manual to the Project Authority, if requested, in advance of a scheduled course.
e) Delivery of all materials and equipment to the training location prior to start of course (materials and equipment will be stored on site at the location during the course).
f) A list of successful participants to the delegated Manager.
g) A hard copy of certificates for successful participants within 21 days of course completion, delivered to the Designated Manager (can be delivered by email or mail);
h) The dates of training, the location of training and number of participants within 21 days of completion of each course to the Project Authority and;
i) The Supplier must provide both theory and practical Wildfire training that is adaptable to the needs, abilities, and restrictions of offenders housed in multi-level institutional environments. Training must comply with institutional safety protocols, account for varying literacy levels, and be delivered under supervision within secure settings.
For each course, CSC (CORCAN) will provide:
a) Selection of participants with a confirmed number of participants for the course, to be provided to the Contractor two working days prior to the course commencement date.
b) Training facilities for training delivery, including classroom and any equipment required for use during classroom instruction (note that all types of media utilized for delivery of the training is subject to the Project Authority’s pre-approval and the type of media will be identified in the call-up).
c) At each location, sufficient space for practical training.
d) At each location, sufficient storage space and access (depending on site protocols) for the Contractor’s resource(s) to this space, to store all of the Contractor’s materials and necessary equipment for the duration of each course.
e) Gloves and steel toe boots for all participants.
Estimated Volume
The estimated number of courses for each program per year for each location is listed under Location of Work. The inclusion of volumetric data on the estimated course requirements does not represent a commitment by CSC that CSC’s future usage of the services described will be consistent with this data, and there is no guaranteed minimum number of courses at each location.
The minimum number of participants per course is 10 and the maximum number of participants per course is 15.
The designated manager for each CSC institutional location will work with the Contractor to determine course delivery dates.
1.4.1 Paper consumption:
a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.
b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.
c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
1.5 Constraints:
a) Courses are delivered to federally sentenced offenders who are incarcerated at federal Institutions (including minimum, medium security inmates). Policies related to security classification determination and federal institutions can be found on the following CSC website: www.csc-scc.gc.ca.
b) Participants may exhibit difficult or resistant behaviour.
c) There may be delays entering the location. CSC must inspect, x-ray and may test all items brought into the location for contraband.
d) Contractor personnel entering the location may also be subject to search procedures (including, but not limited to dog search, ion scan, walk through metal detector).
e) Participants are not allowed access to the internet.
f) CSC may delay or cancel courses due to operational requirements at the location, including, but not limited to, scheduling conflicts, institutional shutdowns, emergency situations which may modify the course schedule in part or in whole.
1.5.1 Location of work:
a. The Contractor must perform the work at the following locations:
Bowden Institution
• Address: Hwy 2, PO Box 6000, Innisfail AB, T4G 1V1
• Security Classification: Medium and Minimum Security Facility
• Estimated Sessions per Year: Up to 4 courses
Drumheller Institution
• Address: Hwy 9, PO Box 3000, Drumheller AB, T0J 0Y0
• Security Classification: Medium and Minimum Security Facility
• Estimated Sessions per Year: Up to 4 courses
Edmonton Institution for Women
• Address: 11151 178 Street, Edmonton AB, T5S 2H9
• Security Classification: Medium and Minimum Security Facility
• Estimated Sessions per Year: Up to 4 courses
Grierson Centre
• Address: 9530 101st Ave, Edmonton AB, T5H 0B3
• Security Classification: Minimum Security Facility
• Estimated Sessions per Year: Up to 2 courses
Edmonton Institution
• Address: 21611 Meridian St, Edmonton AB, T5Y 6E7
• Security Classification: Maximum Security Facility
• Estimated Sessions per Year: Up to 2 courses
Pê Sâkâstêw Centre
• Address: Highway 2A, PO Box 1500, Maskwacis AB, T0C 1N0
• Security Classification: Minimum Security Facility
• Estimated Sessions per Year: Up to 4 courses
Grande Cache Institution
• Address: Hoppe Ave, Bag 4000, Grande Cache AB, T0E 0Y0
• Security Classification: Medium Security Facility
• Estimated Sessions per Year: Up to 4 courses
b. Travel
No travel for performance of the work under this contract.
1.5.2 Language of Work:
The Contractor must perform all work in English
1.5.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE No. 21C50-26-5147321
1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
2. The Contractor personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.
3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
4. The Contractor must comply with the provisions of the:
a) Security Requirements Check List and Supplemental Security and Classification Guide (if applicable), attached;
b) Contract Security Manual (Latest Edition).
2. 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:
Experience:
- The Supplier must have a minimum of (3) years experience in providing Wildfire Safety Courses. The experience must have been acquired within the last (5) years preceding the closing date of this Advanced Contract Award Notice (ACAN).
- The Supplier’s resource(s) must have delivered a minimum of (3) Wildfire Safety Courses. The experience must have been acquired within the last 5 years preceding the closing date of this Advanced Contract Award Notice (ACAN).
3. Applicability of the trade agreement(s) to the procurement
This procurement is not subject to any trade agreement.
4. Set-aside under the Procurement Strategy for Indigenous Business
This procurement is not subject to any set-asides for Indigenous Suppliers.
5. Comprehensive Land Claims Agreement(s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
There is a restricted number of qualified service providers centrally located in the province of Alberta, who are willing and available to provide vocational training and third-party certification in Wildfire Suppression and Safety.
The Supplier is the only Canadian organization that can perform the scope of work, given its history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This Supplier is uniquely positioned to provide these services given its specific mandate to provide vocational training and third-party certification in Wildfire Suppression and Safety.
The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
(d) only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. Period of the proposed contract or delivery date
The proposed Standing Offer is for a period of one (1) year from the date the Standing Offer is issued to November 30th, 2026 with an option to extend the Standing offer for two (2) additional one (1) - year periods.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $478,440.00 (GST/HST exempt).
12. Name and address of the pre-identified supplier
Name: Irwin's Safety & Industrial Labour Services Ltd.
Calgary: #111 - 4027 7th Street SE Calgary, AB T2G 2Y8
13. 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 and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. Closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is November 7th, 2025 at 2 PM Eastern Standard Time (EST).
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Aimée Legault
Senior Contracting Officer
Telephone: 343-597-2485
E-mail: aimee.legault@csc-scc.gc.ca