Besoin dans le cadre d’un arrangement en matière d’approvisionnement (AMA) relatif aux services professionnels centrés sur les tâches et les solutions (SPTS)
Le présent besoin est pour : Travaux publics et Services gouvernementaux Canada.
Le présent besoin s’adresse uniquement aux
titulaires d’un AMA relatif aux SPTS
destiné aux fournisseurs autochtones, qui sont qualifiés dans le volet des services-conseils en affaires et des services de gestion du changement pour ce qui suit :
un (1) analyste principal des affaires – niveau 3;
jusqu’à deux (2) analystes subalternes des affaires (pour la mobilisation des intervenants) – niveau 1;
jusqu’à deux (2) analystes subalternes des affaires (pour l’engagement numérique) – niveau 1.
Un seul contrat sera attribué.
Les titulaires d’un AMA suivants ont été invités à soumettre une proposition.
Noms des titulaires d’un AMA invités à soumettre une proposition
1. Adirondak Information Management Inc.
2. ADRM Technology Consulting Group Corp.
3. ADRM Technology Consulting Group Corp. et Randstad Interim Inc (en coentreprise)
4. Auguste Solutions & Associates Inc.
5. Dalian Enterprises et Coradix Technology Consulting (en coentreprise)
6. Donna Cona Inc.
7. IT Services Canada Inc.
8. Koroc Consulting Inc. Et Isheva Inc. (en coentreprise)
9. Makwa Resourcing Inc. et TPG Technology Consulting Ltd. (en coentreprise)
10. Nisha Technologies Inc.
11. Orbis Risk Consulting Inc.
12. Symbiotic Group Inc.
13. Transpolar Technology Corporation et The Halifax Computer Consulting Group (en coentreprise)
14. Turtle Technologies Inc.
15. Turtle Technologies Inc. et SOMOS Consulting Group Ltd. (en coentreprise)
L’autorité contractante enverra par courriel les documents de la demande de propositions directement aux titulanotice 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. Requirement
The Department of National Defence (DND), Canadian Forces Naval Operations School (CFNOS) has a requirement to provide System Management / Operator Services and Command Level Mentoring Services for the Canadian Forces Naval Operations School (CFNOS) Navigation Simulator (NavSim) located in building S-17, CFB Halifax, in Halifax, Nova Scotia, Canada.
The CFNOS Navigation Simulator (NavSim) is a KONGSBERG Maritime Ships System (KMSS) NavSim comprised of two full mission bridge and two radar bridges running on KMSS POLARIS simulation software.
During the next few years, the simulator may expand to encompass four full mission bridges and operation rooms. The NavSim has two instructor stations and an associated debriefing room with audio/visual facilities. The NavSim is capable of providing simulation of most coastal areas in Atlantic Canada and around Vancouver Island, the straits of Dover, the St. Lawrence River, and several individual harbour databases in and around North America.
The work will involve the following tasks:
Administrative Services, Operational Training, Advanced Command Mentorship, and External / Internal Liaison Services as they relate to the system management and operation of the NavSim.
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:
Experience: a. Have a minimum of 18 months experience as a Commanding Officer of a Canadian Naval Vessel; b. Demonstrate the ability to operate KMSS POLARIS Ship Bridge Simulator; c. Demonstrate knowledge and experience with Seaview database design and the associated practical implications of specific database structures including system database installation, software maintenance and troubleshooting; d. Have a demonstrated knowledge and experience in the operation of a KMSS POLARIS Ship Bridge Simulator;
e. Experience and/or certification instructing individual, small team and large group forums on navigation and ship handling techniques, with preference to the naval context;
f. Practical ability for efficiently and effectively utilizing the KMSS POLARIS NavSim for the instruction of navigation and ship handling techniques in the marine environment with preference to the naval context;
Knowledge and understanding of: g. Have a demonstrated knowledge of the following publications:
Marine Publications:
i) Collision Regulations - including International Regulations for the Prevention of Collisions at Sea, 1972, Canadian Modifications up to SOR2008-272 05 September 2008 and Canadian Coast Guard Notice to Mariner 231196 and Allied Tactical Publication 1(C) Volume 1, Special Rules of the Road for Allied Naval War Vessels;
ii) ISBN 011
7728802, BR45 (1) - Admiralty Manual of Navigation, Volume 1, 2008;
iii) BR45 (6) - Admiralty Manual of Navigation, Volume 6, 1995;
iv) ISBN 011
7712698, BR67 (3) - Admiralty Manual of Seamanship, Volume 3,1983;
v) ISBN 0 870214748, Naval Ship handling, Fourth edition, Capt(N) KS. Crenshaw, 1975; and
vi) ISBN 0780750636903, A Guide to Collision Avoidance Rules, Sixth edition, A.N. Cockcroft and J.N.F. Lameijer, 2004.
Technical Publications:
vii) KMSS POLARIS Ship Bridge Simulator Technical Manual Section SA - Instruction Manual; and
viii) KMSS Ship's Software Manual.
h. Demonstrate a practical knowledge of the International Maritime Organization's regulations, CMS navigation policies and doctrine, and new technologies/equipment innovations; i. Knowledge of the theoretical and practical operation of electronic charting and positioning systems and automated radar plotting aids specifically GPS, SHINNADS, Kelvin Hughes 1007, Nucleus 6000, Raytheon Pathfinder, Bridgemaster 250, Raytheon Anschutz NSC 26 and NSC 34 consoles, with preference to the naval context;
j. Practical knowledge of precise navigation techniques from ocean to pilotage applications demonstrated by successful completion of Department of Transport or Canadian Navy courses; and k. Practical knowledge in scenario construction and execution, with preference to the naval context. Professional designation, accreditation, and/or certification: l. Be a professional mariner specializing in the field of navigation and navigation instruction, (Transport Canada certified Master Mariner with instruction certificate or Canadian Navy Maritime Advanced/Deep Draught/AORNSC/Fleet or Destroyer Navigating Officer qualification or MWS/Surface Command Part II qualification with instructional experience.
4. Applicability of the trade agreements to the procurement
This procurement is subject to the following trade agreements:
- Agreement on Internal Trade (AIT) - North American Free Trade Agreement (NAFTA)
5. Justification for the Pre-Identified Supplier
The supplier selected in advance and identified in section 10, Lantec Marine Inc., is to our knowledge the only supplier meeting all the specifications required in the section 3.
Lantec has been the sole provider of this service for several years for the Canadian Forces Naval Operations School (CFNOS) Navigation Simulator (NavSim) and possess the required knowledge, experience and capabilities. Due to the specific requirements for Canadian Naval Command Experience and experience operating Kongsberg Polaris software, Lantec is the only known supplier.
6. Government Contracts Regulations Exception
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
7. Exclusions and/or Limited Tendering Reasons
The following exclusions and/or limited tendering reasons are invoked:
- Agreement on Internal Trade (AIT)
Article 506.12 (b) - North American Free Trade Agreement (NAFTA)
Article 1016.2 (b)
8. Period of the proposed contract
The proposed contract is for a period of 5 years, from April 1, 2015 to March 31, 2020.
9. Cost estimate of the proposed contract
The estimated value for this notice is in the following cost category:
- between $2,000,000.00 and $2,500,000.00 (applicable taxes included)
10. Name and address of the pre-identified supplier
Lantec Marine Inc. 151 Johnstone Ave. Dartmouth, NS B2Y 2K6
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 Friday, February 13, 2015 at 2:00 p.m. AST.
13. Inquiries and submission of statements of capabilities
Inquiries and statements of capabilities are to be directed to:
Laila Figueredo Supply Specialist
Public Works and Government Services Canada Acquisitions Branch - Atlantic Region 1713 Bedford Row Halifax, Nova Scotia B3J 3C9
Telephone:
(902) 496-5353 Facsimile:
(902) 496-5016 E-mail address:
laila.figueredo@pwgsc-tpsgc.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 agenciires d’un AMA qualifiés qui sont invités à soumettre une proposition pour ce besoin. Les soumissionnaires sont priés de noter que la distribution des documents d’invitation à soumissionner ne relève pas du site achatsetventes.gc.ca.
Exigences relatives à la sécurité : niveau « secret » ou supérieur à la réception de la soumission.
Description du besoin
L’objectif du présent contrat consiste à fournir des services de recherche et d’analyse des affaires à l’appui d’une évaluation du programme d’innovation Construit au Canada (PICC), à formuler des recommandations visant à améliorer le jumelage des innovations dans le cadre du programme et à soutenir la mise en œuvre des recommandations approuvées par la direction du PICC.
Le PICC est actuellement en période de transition et l’on étudie la possibilité d’augmenter ou d’améliorer l’efficacité opérationnelle, les outils et les capacités de jumelage, les communications stratégiques, les activités de rayonnement ainsi que la taille et la portée du programme. Les changements apportés récemment au programme donnent suite aux recommandations précises visant à accélérer l’adoption des innovations des entreprises canadiennes, mais ils ne tiennent pas compte des suggestions de l’industrie, soit élargir la portée du PICC de façon à en accroître les avantages potentiels pour le secteur de l’innovation partout au Canada.
En consultation avec un certain nombre d’intervenants clés, l’évaluation prendra en compte, mais sans s’y limiter, les principaux secteurs d’intérêt suivants :
Obstacles auxquels font face les petites et moyennes entreprises lors de leur participation au PICC
Conception et réalisation du programme d’innovation (y compris l’analyse des modèles de l’offre et de la demande et d’autres programmes similaires, au pays comme à l’étranger)
Stratégies, outils et processus courants de gestion et de jumelage des innovations
Rôle et fonction du PICC au sein du secteur canadien de l’innovation
Points à considérer et intégrations possibles découlant de changements apportés au programme d’innovation du gouvernement
Améliorations possibles à la gouvernance du PICC
Ce projet consistera en de vastes travaux de recherche et de consultation qui serviront de fondement à l’analyse réalisée par l’entrepreneur et les responsables du PICC. Les résultats de ces travaux seront fournis à l’équipe du PICC de façon périodique et utilisés par l’entrepreneur pour la présentation d’une analyse. Les recommandations proposées fondées sur cette analyse seront remises au responsable à la fin du projet.
Durée du contrat propose
Le contrat proposé commencera à l’attribution du contrat et prendra fin après une période de douze (12) mois (2017); il durera donc environ 240 jours.
Les demandes de renseignements concernant la présente demande de propositions doivent être soumises à l’autorité contractante dont les coordonnées figurent ci-dessous.
Numéro de dossier : 10053181
Autorité contractante : Céline Chartrand
Numéro de téléphone : 819-420-1773
Courriel :
celine.chartrand@tpsgc-pwgsc.gc.ca
REMARQUE : La méthode d’approvisionnement est mise à jour chaque année. Si vous souhaitez savoir comment devenir « titulaire d’un AMA qualifié », écrivez à
spts.tsps@tpsgc-pwgsc.gc.ca .