Description |
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK Based Professional Services (TSPS) Requirement
This requirement is for: Fisheries and Oceans Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 and under the National Capital Region (NCR) level of expertise and for the following categories:
2.1 Business Analyst – Senior
2.7 Needs Analysis and Research Consultants - Senior
The requirement is intended to result in the award of one (1) Contract.
The following SA Holders have been invited to submit a proposal.
1. Accenture Inc.
2. Adecco Employment Services Limited/ Services de placement Adecco Limited
3. BDO Canada LLP
4. Calian Ltd.
5. CSI CONSULTING INC., J&M GROUP INC. IN JOINT VENTURE
6. Deloitte Inc.
7. Forum Research Inc.
8. Gartner Canada Co.
9. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
10. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
11. Maplesoft Consulting Inc.
12. MGIS Inc.
13. Mobile Resource Group Inc
14. Risk Sciences International Inc.
15. Sierra Systems Group Inc.
Description of the Requirement:
The Conservation and Protection (C&P), branch of Fisheries and Oceans Canada (DFO) has a requirement for senior (Level 3) Needs Analysis and Research Consultants resources to perform analysis of business processes and training programs to recommend the best options to address any concerns, gaps, etc., including the potential risks and benefits, to provide input for the development of new processes, and to carry out analysis related to the development of business cases including the collection and analysis of cost data across C&P on an as and when required basis.
The C&P branch of DFO has a requirement for Senior (Level 3) Business Analyst resources to document business requirements, develop and/or implement an organizational improvement plan, business plan, policies and standards, lead and manage various business systems and process improvements, translate business requirements into system/functional requirements, and to analyze, advise on, and implement business processes, strategies and functions across C&P on an as and when required basis.
By acquiring qualified resources, C&P will be able to ensure its systems, processes, and training support the constantly changing operational environment and improve its capacity and effectiveness in enforcing fisheries regulations and promoting sustainable aquatic resource use.
Multiple TAs may be in process at any given time; as such, resources may be working on several concurrent projects and/or activities.
Security:
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Level of Security Requirement:
Security Requirement: Common PS SRCL #19 applies
Minimum Corporate Security Required: Secret
Minimum Resource Security Required: Secret
Applicable Trade Agreements:
World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The proposed period Contract shall be from Contract award for three (3) years with two (2) additional one (1) year irrevocable options allowing Canada to extend the term of the Contract.
Estimated Level of Effort:
The estimated level of effort of the contract will be for:
2.1 Business Analyst – Senior
2.7 Needs Analysis and Research Consultants - Senior
Resource n° 1: 2.1 Business Analyst – Senior: 275 Days
Resource n° 2: 2.1 Business Analyst – Senior: 275 Days
Resource n° 3: 2.1 Business Analyst – Senior: 275 Days
Resource n° 4: 2.1 Business Analyst – Senior: 275 Days
Resource n° 5: 2.7 Needs Analysis and Research Consultants – Senior: 250 Days
Resource n° 6: 2.7 Needs Analysis and Research Consultants – Senior: 250 Days
Resource n° 7: 2.7 Needs Analysis and Research Consultants – Senior: 250 Days
Resource n° 8: 2.7 Needs Analysis and Research Consultants – Senior: 250 Days
File Number: 30006143
Contracting Authority: Manon Paulin
Phone Number: 438-468-3247
E-Mail: Manon.Paulin@dfo-mpo.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” ” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
|