SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Academic Instructions Services - Engineering

Solicitation number W010X-19I044/A

Publication date

Closing date and time 2019/04/18 13:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Dalhousie University
    1459 Lemarchant St.
    Suite 2201
    Halifax Nova Scotia
    Canada
    B3H3P8
    Nature of Requirements: 
    
    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 
    
    To establish an educational services contract which covers the external academic instructional resource requirements of the Department of National Defence (DND) and the Naval Fleet School Atlantic (NFS(A)) in the development and presentation of academic instruction to the following Naval Technology and Engineering Programs:
    
    a. Weapons Engineering Technician Program (W Eng Tech);
    b. Marine Technician Program (Mar Tech);
    c. Naval Combat Systems Engineering Officer;
    d. Marine Systems Engineering Officer;
    e. Equipment Control Systems Technicians:
    f. LAN Training;
    g. PCB Repair Training;
    h. Hydraulics and Fluid Power training; and
    i. Fiber Optics Training.
    
    Background
    
    Due to fluctuations with numbers of students and changes to instructional requirements that can occur throughout a fiscal year, the flexibility associated with contracted instructors is required. There is a requirement for the contract holder to have access to personnel with general as well as some specialized technical knowledge and teaching experience. These contractors augment staff at NFS(A) to teach academics to several technical trades to students at multiple levels of qualification. The academic instruction includes Electrical, Electronics, Mechanical, Applied Science, IT and a number of specialty courses as outlined in Appendix A.
    
    NFS (A) is a bilingual school and has. a mandate to deliver training in French to francophone students, or to provide assistance to francophone students taking English instruction. While bilingualism is not a requirement for all instructors, there may requirement for bilingual instructors at times to assist students.
    
    
    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:
    The Contractor must ensure that the personnel assigned to instruct the disciplines outlined in Appendix A (attached) has the following education and experience qualifications, at minimum:
    
    3.1    Electrical:
    
    3.1.1 Electrical Technologist Diploma or BEng in Electrical or Computer Engineering or an acceptable combination of education and experience; 
    3.1.2 At least two (2) years of teaching experience in a post­ secondary institution; 
    3.1.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years; and 
    3.1.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.2    Electronic:
    
    3.2.1 Electronic Technologist Diploma or BEng in Electrical or Computer Engineering or an acceptable combination of education and experience; 
    3.2.2 At least two (2) years of teaching experience in a post­ secondary institution; 
    3.2.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years; and 
    3.2.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.3    Mechanical:
    
    3.3.1 Mechanical Technologist Diploma or BEng in Mechanical Engineering or an acceptable combination of education and experience; 
    3.3.2 At least two (2) years of teaching experience in a post­ secondary institution; A
    3.3.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and  
    3.3.4 Although not mandatory, has five (5) years of teaching experience in the field within1t he last 10 years.
    
    3.4    Applied Science:
    
    3.4.1 Bachelor of Science (BSc) or an acceptable combination of education anq experience; 
    3.4.2 At least two (2) years of teaching experience in a post­ secondary institution; 
    3.4.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.4.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.5    Information Technology:
    
    3.5.1 IT Technologist Diploma or BEng in Electrical or Computer Engineering or an acceptable combination of education and experience; 
    3.5.2 At least two (2) years of teaching experience in a post­ secondary institution; 
    3.5.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.5.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.6    Specialty:
    
    3.6.1 Sonar: 
    3.6.1.1 Degree or Tech Diploma with Electronic specialty, or an acceptable combination of education and experience; 
    3.6.1.2 At least two (2) years of teaching experience in a post-secondary institution;
    3.6.1.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.1.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.6.2 Radar: 
    3.6.2.1 Degree or Tech Diploma with Electronic specialty, or an acceptable combination of education and experience; 
    3.6.2.2 at least two (2) years of teaching experience in a post-secondary institution; 
    3.6.2.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.2.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.6.3  DSP
    3.6.3.1 Degree or Tech Diploma with Electronic specialty, .or an acceptable combination of education and experience; 
    3.6.3.2 At least two (2) years of teaching experience in a  post-secondary institution; 
    3.6.3.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.3.4 Although riot mandatory, has five (5) years of teaching experience iii the field within the last 10 years.
    
    3.6.4 Fibre Optics: 
    3.6.4.1 Degree or Tech Diploma with Electronic or Electrical specialty, or an acceptable combination of  education and experience; 
    3.6.4.2 At least two (2) years of teaching experience in a post-secondary institution; 
    3.6.4.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.4.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years. ·
    
    3.6.5 Gas Turbine: 
    3.6.5.1 Degree or Tech Diploma with Mechanical specialty, or an acceptable combination of education and experience; 
    3.6.5.2 At least two (2) years of teaching experience in a post-secondary institution; 
    3.6.5.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.5.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    3.6.6 Diesel Theory: 
    3.6.6.1 Degree or Tech Diploma with Mechanical specialty, or an acceptable combination of education and experience; 
    3.6.6.2 At least two (2) years' of teaching experience in a post-secondary institution; 
    3.6.6.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.6.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    
    3.6.7 Tech Writing: 
    
    3.6.7.1 Bachelor of Arts Degree, or an acceptable combination  of education and experience; 
    3.6.7.2 At least two (2) years1 (of teaching experience in a post-secondary  institution; 
    3.6.7.3 Although not mandatory, has three (3) years of experience working in the field within the last 10 years and; 
    3.6.7.4 Although not mandatory, has five (5) years of teaching experience in the field within the last 10 years.
    
    4. Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement(s): 
    o Canadian Free Trade Agreement (CFTA)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o North American Free Trade Agreement (NAFTA)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    
    5. Justification for the Pre-Identified Supplier 
    
    The required training services include development and delivery of technical and engineering course material at the Naval Fleet School in Halifax, Nova Scotia. There is no provision to relocate or transport Students to another location and Dalhousie University is the only institute in the Halifax Regional Municipality with an accredited Engineering Program. Therefore, the assumption is that Dalhousie University is uniquely capable to provide the full range of engineering and technical educational services.  
    
    
    6. Government Contracts Regulations Exception(s) 
    
    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 contract"
    
    
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    7.1 Canadian Free Trade Agreement (CFTA) Article 513 1. 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;"
    
    7.2 World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XIII 1 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"
    
    7.3 North American Free Trade Agreement (NAFTA) Article 1016 2. 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;"
    
    7.4 Canada-European Union Comprehensive Economic and Trade Agreement (CETA) 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:3.   due to an absence of competition for technical reasons;" 
    
    
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    
    9. Period of the proposed contract or delivery date 
    
    The proposed contract is for a period of three years, from May 1, 2019 until April 30, 2022 with two additional one-year option periods.
    
    
    10.  Cost estimate of the proposed contract 
    
    The estimated value of the contract, including options, is $9,300,000.00 (GST/HST extra). 
    
    
    11. Name and address of the pre-identified supplier
    
    Dalhousie University
    Halifax, NS B3H 4R2 
    
    
    12. 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.
    
    
    13. Closing date for a submission of a statement of capabilities
     
    The closing date and time for accepting statements of capabilities is April 18, 2019 at 2:00pm AST. 
    
    
    14.  Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Leanne Nowakowski
    Supply Specialist, Acquisitions Branch
    Public Services and Procurement Canada 
    Telephone: (902) 403-7112
    Facsimile: (902) 496-5016
    E-mail: Leanne.Nowakowski@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 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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Nowakowski, Leanne
    Phone
    (902) 403-7112 ( )
    Email
    leanne.nowakowski@pwgsc-tpsgc.gc.ca
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./Halifax, (N.É.)
    Halifax, Nova Scot, B3J 1T3

    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
    Nova Scotia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: