NOTICE OF PROPOSED PROCUREMENT (NPP)
Solicitation #: FP802-140001/01 Closing Date: July 2, 2014 Time: 2:00 pm Atlantic Daylight Time (ADT).
This requirement is for the department of Fisheries and Oceans Canada.
TITLE: The Canadian Coast Guard Requires an Instructor(s) who can provide Marine Advanced First Aid training in both English and French.
BACKGROUND
Marine Advanced First Aid (MAFA) training is essential for the Canadian Coast Guard College Officer Cadets to write their certificate of competency when they reach their fourth year.
The Canadian Coast Guard College is a Part of Fisheries and Oceans Canada. Located in Sydney, Nova Scotia, the Coast Guard College is responsible for training Ship’s Officers for the Coast Guard Fleet.
The Canadian Coast Guard Officer Training Program (CCGOTP) is a comprehensive 45 month training program. Graduates of the CGOTP receive a Transport Canada Certificate of Competency as either a Watch Keeping Mate or 4th Class Engineer.
Prior to taking the required exams for their Transport Canada Certificates of Competency, trainees in the CGOTP must successfully complete Marine Advance First Aid.
Marine Advanced First Aid is an approved Transport Canada Course that meets the Training Standards for Marine First Aid and Marine Medical Care - TP 13008 E and the Standards of Training Certification and Watch Keeping (STCW 95), Table A-VI/4-2 requirements set out by the International Maritime Organization (IMO). The Marine Advanced First Aid course is normally delivered over 5 days (40 hours)
The Marine Advanced First Aid course must be delivered at the Canadian Coast Guard College in Sydney, Nova Scotia.
TRAVEL
The Marine Advanced First Aid course must be delivered at the Coast Guard College. All travel for the contractor to and from their facility and the lodging, meals, and expenses associated with this travel are the sole responsibility of the contractor and should be included in the contract price.
ESTIMATED VALUE
The number of candidates enrolled in the CGOTP varies year by year. This number is affected by a multitude of factors including operational needs of the Coast Guard Fleet, academic withdrawal, and demographics.
The maximum amount of candidates in a calendar year that would require this training would be 64, 32 in English and 32 in French. The contractor is to quote on the cost of delivering the training to the above mentioned number of candidates. The contractor is to include in their quote a cost per student for adjustment purposes.
The total value of the initial contract is from contract award to March 31, 2016 shall not exceed $48,000.00 excluding option period(s) and all applicable taxes.
SECURITY REQUIREMENTS – There is no security requirement for this level of information required to complete the tasks identified in the scope of work. These Suppliers are uniquely positioned to provide these services given their specific mandate to provide accommodation, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders. All identified suppliers meet the minimum essential requirements
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
The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. The period of the proposed contract or the delivery date(s)
The periods of the proposed contracts are indicated under section 12 .
Name and address of the pre-identified supplier
.
11. A cost estimate of the proposed contract
The estimated values of the proposed contracts, not including all applicable options, are indicated under section 12.
Name and address of the pre-identified supplier.
Name and address of the pre-identified supplier
Name: Kinghaven Peardonville House Society
Address:
31250 King Road, Abbotsford, BC V2T 6C2
Period of the proposed contract:
from
April 1, 2016 to March 31, 2017
Cost estimate of the proposed contract:
$
1,174,378.00
(Applicable Taxes extra)
Name: Fraser Health Authority – Maple Ridge Treatment Centre
Address:
22269 Callaghan Avenue, Maple Ridge, BC V2X 2E2
Period of the proposed contract:
from
April 1, 2016 to March 31, 2017
with an option to extend the contract for one (1) additional one-year period.
Cost estimate of the proposed contract:
$
780,387.00
(Applicable Taxes and option period extra)
Name: Tsow-Tun Le Lum
Address:
PO Box 370, 699 Capilano Road, Lantzville, BC V0R 2H0
Period of the proposed contract:
from
April 1, 2016 to March 31, 2017
with an option to extend the contract for three (3) additional one-year periods.
Cost estimate of the proposed contract:
$
494,423.00
(Applicable Taxes and option periods extra)
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. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. The closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is
March 29, 2016 at 2:00 PM PST
15. Enquiries and submission of statement of capabilities
Enquiries and statement of capabilities are to be directed to:
Katie Simpson – District Officer, Contracting and Materiel Services
33344 King Road, PO Box 3333
Abbotsford, BC V2S 5X7
Telephone: 604-870-2401
Facsimile: 604-870-2402
E-mail: katie.simpson@csc-scc.gc.ca