Cost and Modeling Expertise for Developing Parks Canada's Protected Area Proposals
Status Expired
Contract number 5P420-23-0085
Solicitation number 5P420-23-0085/A
Publication date
Contract award date
Last amendment date
Contract value
Status Expired
Contract number 5P420-23-0085
Solicitation number 5P420-23-0085/A
Publication date
Contract award date
Last amendment date
Contract value
This contract was awarded to:
TASK Based Professional Services (TSPS) Requirement
This requirement is for: Parks Canada Agency
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 and under the stated consultant category, security level, region, level of expertise for the following category(ies): 3.8 Financial Specialist
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. BDO Canada LLP
3. Cistel Technology Inc.
4. Colliers Project Leaders Inc.
5. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
6. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
7. Deloitte Inc.
8. Ernst & Young LLP
9. Fleetway Inc.
10. KPMG LLP
11. Mindwire Systems Ltd., Akkada Professional Services Inc., HubSpoke Inc., in Joint Venture
12. Orbis Risk Consulting Inc.
13. Samson & Associés CPA/Consultation Inc.
14. Tato Recruiting Inc., S.I. Systems ULC, in Joint Venture
15. Technomics, Incorporated
Description of the Requirement:
The Government of Canada has committed to conserving 25 percent of Canada’s lands and waters by 2025 and 30 percent by 2030. Parks Canada specifically has committed to supporting these targets through the establishment of National Parks (NPs), National Marine Conservation Areas (NMCAs), and National Urban Parks (NUPs). These protected areas are created through multi-step processes which involve exploratory discussions, assessments to determine feasibility, and extensive negotiations. This requires meaningful and progressive Indigenous partnerships, with the creation of co-management agreements with Indigenous communities where appropriate. Ultimately, the outcome of these processes is the establishment of the NP or NMCA under the relevant Act, or designation under the forthcoming NUP policy.
When creating a protected area, Parks Canada must ensure sites are adequately funded to address the costs of initial establishment and ongoing operational requirements, Sites are diverse with high variability from place to place. Some requirements are mandated through legislation such as the Canada National Parks Act or Species at Risk Act, or policy such as the forthcoming National Urban Parks Policy, while others vary based on expectations from partners and stakeholders. Broadly, sites often have a robust ecosystem restoration and monitoring programs and offer high-quality visitor experiences that require built assets such as trails, visitor centres, campgrounds or highways, and adequate human capital.
Parks Canada is seeking the services of senior and intermediate cost and modeling specialist(s) to create a framework for determining the spectrum of total value investment, through the delivery of a cost model, needed to deliver, manage, and operate the upfront and ongoing costs of a new Protected Area within existing and evolving legislative and policy in the dynamic and shifting environment of conservation.
Level of Security Requirement:
Company Minimum Security Level Required
Canada NATO Foreign
Protected A NATO Unclassified Protected A
Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
█ Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Resource Minimum Security Level Required
Canada NATO Foreign
Protected A NATO Unclassified Protected A
Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
█ Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Document Safeguarding Security Level Required
Canada
Protected A - DOS
Protected B – DOS
Protected C – DOS
Confidential – FSC
█ Secret - FSC
Top Secret - FSC
NATO Confidential - FSC
NATO Secret - FSC
Cosmic Top Secret - FSC
Applicable Trade Agreements:
The requirement is subject to the provisions of the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The proposed period of contract shall be from date of Contract to March 31, 2024 inclusive.
Estimated Level of Effort:
The estimated level of effort of the contract will be:
Senior Resource: 60 days
Intermediate Resource: 80 days
File Number: 5P420-23-0085/A
Contracting Authority: Kirsten Sage
Phone Number: 587-436-5795
Fax Number: 1-866-246-6893
E-Mail: Kirsten.sage@pc.gc.ca
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
123 Slater Street, 4th Floor
The contract will be for a period of 7 month(s), from 2023/08/24 to 2024/03/31.
CAD 201,600.00
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
720-220 4th Ave SE
720 - 220 4 Ave SE