Firearms Training Range

expired opportunity(Expired)
From: Canada(Federal)
21180-24-4659224

Basic Details

started - 20 Mar, 2024 (1 month ago)

Start Date

20 Mar, 2024 (1 month ago)
due - 04 Apr, 2024 (24 days ago)

Due Date

04 Apr, 2024 (24 days ago)
Bid Notification

Type

Bid Notification
21180-24-4659224

Identifier

21180-24-4659224
Correctional Service Canada

Customer / Agency

Correctional Service Canada
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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: The Correctional Service Canada has a requirement to provide firearms training to Correctional Officer Training (CTP) recruits to enable them to perform operational duties of a Correctional Officer. The work will involve the following: 1.1 Objectives: To provide a firearm range with a minimum of 8 shooting platforms in order to provide firearms training to CTP recruits. 1.2 Tasks:
The Contractor must provide a Firearms - 8 bay, 50 meter Outdoor Range that includes the following: i. access to the outdoor range for a scheduled period of two (2) days per week from the hours of 08:30 – 16:00 (Eastern Time). The contractor must permit CSC – National Training Academy Staff to arrive on the range anytime after 07:30, however CSC will not commence any live shooting until 08:30. All live shooting must stop at 17:00 or if inclement weather makes it no longer safe to do so. ii. grass cutting, snow and ice removal prior to 08:00 on range days identified in the schedule including platforms, walking paths, parking areas and classroom entrance areas, as well as areas on the range from platforms to targets. iii. access to onsite functional washroom facilities, a lunchroom and classroom space with tables and chairs that can accommodate at least 40 participants. iv. parking space specifically allocated to the CSC – National Training Academy staff near the Shepard Range and the Classroom/Main Building. v. a lay down area of packed gravel for CSC to place one CCan for storage. This CCan will not store any live ammunition or any firearms. vi. access to the range via four (4) key cards for the main gate entry and the main building, classroom. 1.3 Expected results: As part of the Correctional Officer Training Process, CSC is required to provide access to a firearms training facility to support ongoing training of the Correctional Officer recruits during the in person training course. 1.4 Performance standards: i) The Contractor must provide an integrated facility that includes an outdoor firearm range that must meet all training requirements as described in the tasks and deliverables. The Contractor’s facilities must meet CSC’s National Training Standards found in the CTP Planning document, Firearms Safety Protocol, as well as Commissioner’s Directive 567-5 Use of Firearms (2018-12-10). ii) The contractor must have a valid Shooting Range Approval Certificate. 1.5 Deliverables: 1.5.1 The Contractor must provide an 8 bay, 50 meter outdoor range that meets all requirements described under the tasks. 1.5.2 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). 1.6 Constraints: 1.6.1 Location of work: a. The Contractor must perform the work at the Contractor’s place of business: Frontenac Rifle and Pistol Club 1096 Mcadoo’s Lane Kingston ON K0H 1S0 b. Travel No travel is anticipated for performance of the work under this contract. 1.6.2 Language of Work: The contractor must perform all work in English. 1.6.3 Security Requirements: There are no security requirements associated to this contract. 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: -The supplier must demonstrate that they have a minimum of an eight (8) bay range facility and with a minimum length of fifty (50) meters. - The supplier must demonstrate that they have a minimum of two (2) years experience within the last 10 years prior to the ACAN closing date in providing both indoor and outdoor firearms range services with the required minimum distances and surface area to accommodate the C8 carbine, 9mm Pistol and Shotgun. - The supplier must demonstrate that they have a minimum of two (2) years experience within the last 10 years prior to the ACAN closing date in providing a firearms facility services that includes; washroom facilities with hot and cold running water, a lunch room and classroom space with tables and chairs to accommodate at least 40 participants, and have provided a client with exclusive use of a single range. Range to be booked on a weekly basis. - The supplier must demonstrate that they have a firearms range within 20KM from the CSC National Training Academy located at 443 Union Street Kingston, ON. 3. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): Canada Chile Free Trade Agreement (CCFTA); Canadian Free Trade Agreement (CFTA); Canada Korea Free Trade Agreement (CKFTA); Canada – European Union Comprehensive Economic and Trade Agreement (CETA). The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, CKFTA and/or the CETA. 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 The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. Department of National Defense (DND) and CSC are the only federal government agencies that have firearms ranges in the Kingston area. Neither of these ranges have the capacity to meet the nationally approved schedule for delivery of firearms training, including live fire training, to recruits for fiscal year 2024-2025 Only the pre-identified supplier’s range meets CSC’s training needs as it includes a 50 m range with over 8 shooting platforms and has a life shooting schedule that meets CSC's training delivery time frames. It is located within 20KM from the Academy, which prevents having to add significant travel time to, or increase the duration, or both, of the CTP. 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: Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09: b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; Canadian Free Trade Agreement (CFTA), Article 513 (b) if 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; Canada Korea Free Trade Agreement (CKFTA) - ArticleXIII 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; Canada – European Union Comprehensive Economic and Trade Agreement, Article 19.12 b. if 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; 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 contract is for a period of 1 year, from May 14th, 2024 to May 13th, 2025 with an option to extend the contract for 2 additional 1 -year periods. 11. Cost estimate of the proposed contract The estimated value of the contract, including options, is $274,770.00 (GST/HST extra). 12. Name and address of the pre-identified supplier Name: Frontenac Rifle and Pistol Club 1096 Mcadoo’s Lane Kingston ON K0H 1S0 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 April 4th, 2024 at 2:00pm EST. 15. Inquiries and submission of statements of capabilities Inquiries and statement of capabilities are to be directed to: Danielle Blanchet, Senior Contract Officer Telephone: 506-377-9624 E-mail: Danielle.blanchet@csc-scc.gc.ca Contract duration The estimated contract period will be 12 month(s), with a proposed start date of 2024/05/14. Trade agreements Canada-Chile Free Trade Agreement (CCFTA) Canada-Korea Free Trade Agreement (CKFTA) Canadian Free Trade Agreement (CFTA) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Contracting organization Organization Correctional Service Canada Address 340 Laurier Ave West Ottawa, ON, K1P 5K3 Canada Contracting authority Danielle Blanchet Phone (506) 377-9624 Email danielle.blanchet@csc-scc.gc.ca Address 340 Laurier Ave West Ottawa, ON, K1P 5K3 Canada

340 Laurier Ave West Ottawa, ON, K1P 5K3 CanadaLocation

Address: 340 Laurier Ave West Ottawa, ON, K1P 5K3 Canada

Country : Canada

You may also like

RENTAL OF FIREARMS TRAINING FACILITY BALTIMORE MD

Due: 31 Aug, 2025 (in 16 months)Agency: U.S. IMMIGRATION AND CUSTOMS ENFORCEMENT

FIREARM RANGE TRAINING

Due: 07 Oct, 2024 (in 5 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

OCRDI183 C 4854. DEIA TRAINING.

Due: 25 Sep, 2024 (in 4 months)Agency: HEALTH RESOURCES AND SERVICES ADMINISTRATION

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.