Northern Contaminated Sites Program - RFSO

Status Awarded

Contract number 4600000933 and 4600000936

Solicitation number 20-13-6012

Publication date

Contract award date

Contract value

CAD 2,000,000.00

    Description

    This contract was awarded to:

    Stratos Inc. and Genesis Group, in Joint Venture
    RFP NUMBER:	20-13-6012
    PROJECT TITLE:	Request for Standing Offer Agreements for the Northern Contaminated Sites Program 
    CLOSING DATE:	March 17, 2014
    The Department of Indian Affairs and Northern Development (DIAND) invites you to submit a proposal for the following work:
    Northern Contaminated Sites Program – Request for Standing Offer Agreement (RFSO):
    Stream 1 - Environmental Management Services 
    Stream 2:  Health and Safety Management Support Services.
    The following Comprehensive Land Claims Agreement Claimant groups have been advised:
    Nunavut Land Claims Agreement
    T’licho Agreement
    Inuvialuit Final Agreement
    Sahtu Dene and Metis Comprehensive Land Claim Agreement
    Gwich’in Comprehensive Land Claim Agreement
    Vuntut Gwitchin First Nation Final Agreement
    First Nation of Nacho Nyak Dun Final Agreement
    Trondek Hwech’in Final Agreement
    Selkirk First Nation Final Agreement
    Kluane First Nation Final Agreement
    Little Salmon/Carmacks First Nation Final Agreement
    Champagne and Aishihik First Nation Final Agreement
    
    BACKGROUND
    The responsibility of the Department of Indian Affairs and Northern Development’s (DIAND) Minister, to the North, as mandated by the DIAND Act, is met primarily through the programs and services of the Northern Affairs Organization. The Organization supports two main goals:
    i)	supporting northern political and economic development through the management of federal interests; and
    ii)	promoting sustainable development of the North's natural resources and northern communities.
    A major component of the fulfilment of both these goals is the addressing of sites in the North, on Crown lands, which have become contaminated. A contaminated site is defined as: a site at which substances occur at concentrations (1) above background levels and pose (or are likely to pose) an immediate or long-term risk to human health or the environment, or (2) exceeding levels specified in relevant policies or regulations. Under Treasury Board’s Policy on Management of Real Property (2006), all federal government departments are charged with environmental stewardship that contribute to the preservation and protection of the environment; however DIAND faces some unique challenges in the discharge of this duty.
    Unlike other contaminated sites, those in the North have occurred largely as a result of private sector resource development and defence activities on federal Crown lands. In recent decades, the number of sites, their scale, and the pressures for the Department to take action has increased, due to a large number of mine and resource industry closures and abandonment.
    The environment in the North also presents multiple challenges to the assessment, monitoring, and remediation of these sites. These include, but are not limited to: the uniqueness of the climate, ecology, and land composition; their remote location, and the relatively short window open for work to be conducted.
    Canada’s North is also home to a diverse group of peoples. Northern communities, often reliant on traditional food sources, have been identified as being particularly vulnerable to the potential negative impact of contaminated sites, on their health and safety, and the environment in which they live. The Department further recognizes the need to include Northern communities and businesses in the monitoring and remediation of contaminated sites.
    Since 1991, the Northern Affairs Organization has been managing northern federal contaminated sites. Its Northern Contaminated Sites Program (NCSP) has the objective to manage these sites to mitigate the effects of contamination on both human populations and the environment. This includes a focus on environmental and human health and safety.
    The operation of the NCSP is governed by DIAND’s Contaminated Sites Management Policy (August 2002). Within the purview of this Program, DIAND carries out a variety of projects in the North, including environmental assessment, monitoring, and remediation.
    As of July 2011, over 1000 contaminated sites in the North have been identified and require action with assessment and/or remediation. NCSP is responsible for the management of these sites, based on a classification system according to the extent of their potential or actual impact on human health and safety and the environment.
    To support the initiatives of the program and due to the potentially strong negative impact these areas may pose to human and environmental well-being, the Department has recognized a need to acquire external resources and expertise to support the Program’s ability to manage these sites, in a timely, effective, cost-effective and efficient manner. DIAND requires the services of resources qualified in the provision of a variety of Environmental Management Services within Headquarters and the Regions, to facilitate Departmental activity in the North.
    OBJECTIVE
    As articulated in its Performance Measurement Strategy, DIAND’s performance objectives for the NCSP include the following:
    •	to meet legal obligations and federal and departmental policy requirements regarding the management of contaminated sites;
    •	to require that, where a suspected contaminated site has been identified, the site be assessed in a timely, consistent and cost-effective manner;
    •	to remediate, in line with approved resource levels, all National Classification System (NCS) Class 1 contaminated sites in the North, on a priority basis, unless it can be demonstrated that for a specific site an alternative form of management is appropriate.
    •	to promote the federal "polluter pay" principle.
    •	to promote the social and economic benefits that may accrue to First Nations, Inuit and Northerners when carrying out activities.
    •	to provide a scientifically valid, risk management based framework for setting priorities, planning, implementing and reporting on the management of contaminated sites.
    To support DIAND in reducing the environmental, financial, and human health liability associated with high and medium risk contaminated sites, DIAND’s objective is to establish competitively awarded Standing Offer Agreements (SOAs) with professional Contractors to acquire access to qualified resources capable of providing on-going Environmental Management Services to Headquarters and the Regions in support of DIAND’s Northern Contaminated Sites Program, on an as-and-when-required basis.
    Specific project objectives will be contained within any resulting Call-up(s).
    SCOPE OF WORK
    In order to fulfill the requirements of the NCSP Management Plan, DIAND has determined the following two (2) service streams to be requisite for the provision of Environmental Management Services to NCSP:
    Stream 1:	Contaminated Sites Environmental Management Services
    The Contractor shall provide:
    •	Environmental Management System (EMS) support services, which may include development, advice, review and related support;
    •	reviews or audits in accordance with the methodology employed by the Certified Environmental Auditing Association and reporting of contaminated site project proposals, plans, and performance with respect to feasibility, compliance with environmental guidelines and practices, and quality assurance and control; and
    •	project risk management in mitigating environmental risks.
    Stream 2:	Contaminated Sites Health and Safety Management Support Services
    The Contractor shall provide:
    •	health and safety, and environmental health and safety administration including the development or review of related Health and Safety Plans, management systems, standard operating procedures, safety analysis, emergency response plans, development and delivery of systems (Note that the development of systems shall be for projects led by DIAND while the reviews may be for all projects); and
    •	annual review and audit of Health and Safety Policy, and audits and reporting on the Health and Safety Management System and/or Site Specific Environment, Health and Safety Plans at the site-specific level, in accordance with the methodology employed by the Auditing Association of Canada.
    The Contractor shall provide the following services, in each of the identified streams, on an as-and-when-required basis as detailed in the Call-up signed by the Contracting Authority:
    RESOURCE REQUIREMENTS
    Resource Categories
    The following four (4) categories of Contractor resources will be required in the provision of services related to the SOA:
    A.	Principal Consultant;
    B.	Senior Consultant/Specialist;
    C.	Consultant; and
    D.	Administration.
    The following two (2) categories of Contractor resources are optional, subject to the Contractor’s capacity to provide services in any of the Optional Service Categories:
    Senior Consultant – Optional Service Category
    Junior Consultant – Optional Service Category
    Refer to Qualification Standards identified in SW18 of this SOW for a description of the minimum qualifications associated with each of these resource categories.
    LOCATION OF WORK AND TRAVEL
    It is anticipated that the majority of work will take place at the NCSP’s headquarters in Gatineau, Quebec in the National Capital Region, with some work at the Contractor’s place of business.
    Notwithstanding the above, DIAND anticipates some on-site work at NCSP’s regional offices and/or visits to related contaminated sites or nearby centers. In the event of delivery to a Regional office, Call-ups may request specific approaches to incorporation of Aboriginal Opportunity considerations (e.g. training, capacity building, contract, and supply/service opportunities) for the particular work package.
    It is not a requirement that the Contractor possess a site facility within the NCR, however, the Contractor must be available to meet at DIAND’s NCR facilities, as required.
    Should any Contractor travel to NCSP’s regional offices, a particular site in the North and/or anywhere else in Canada be required, as specified under any resulting Call-up, all costs will be reimbursed in accordance with the Treasury Board Travel Directive (http://www.njc-cnm.gc.ca/directive/travel-voyage/index-eng.php). All Contractor travel must be authorized in advance by the Project Authority.
    Proposed resources MUST meet ALL of the minimum qualifications of the resource category for which they are proposed.
    
    SW9.1.1 Resource Categories	Minimum Qualifications/Requirements
    Principal Consultant 
    At least one (1) required	A.	B.E.Sc or B.Env.Eng or higher in a related discipline or Bachelors degree in a related field and ten (10) years of work experience in the provision of Environmental Management Services OR Bachelors degree in an unrelated field and fifteen (15) years of work experience in the provision of Environmental Management Services, as described in the Statement of Work for either stream of work (see SW7.1).
     Demonstrated experience in a Canadian Public Sector context, of the following areas:
    i)	Strategic planning with regard to Contaminated sites or a similar field;
    ii)	Environmental Audits or Health and Safety Audits
    a.	This experience must include either systems or legal/policy audits;
    iii)	Project management, as related to all three (3) of: project organization, project implementation, and development of procedures or policies;
    iv)	Working in the North or projects related to the North (i.e. in a permafrost environment).
    	B) 	Expertise in either (a or b) below in the Environmental Management 		field or Health and Safety field: 
    i)	plan/policy advice or review; or
    ii)	risk management.
    Senior Consultant/ Specialist
    At least two (2) required, with at least one (1) qualified resource required in both Streams
    This requirement may be met by: 
    a) one (1) qualified resource in each Stream with each resource demonstrating the required experience and Certification for the Stream [for a total of two (2) resources], or; 
    b) one resource qualified (1) in both Streams demonstrating a minimum of five (5) years experience in each Stream and both required Certifications and one (1) additional qualified resource demonstrating the required experience in one of the Streams with or without the required Certification [for a total of two (2) resources].	A.	B.E.Sc or B.Env.Eng or B.Sc or higher in a related discipline and five (5) years of work experience in the provision of Environmental Management Services OR BA or Bachelors degree in an unrelated field and seven (7) years of work experience in the provision of Services, as described in the Statement of Work.
    B.	At least one (1) of the Senior Consultant/Specialist resource(s) proposed in each Stream MUST also possess a valid Certification in that Work Stream, as follows:
    	Stream 1 Environmental Management Services	Stream 2 Health and Safety Management Support Services
    	One (1) Resource MUST be a Certified Environmental Auditor (CEA) or a Certified Environmental Management Systems Lead Auditor with the Canadian Environmental Auditing Association (CEAA), or international equivalent, as determined by DIAND.*	One (1) Resource MUST be a Certified Health and Safety Professional (e.g. Canadian Registered Safety Professional (CRSP), Certified Construction Safety Officer, or Certified Health and Safety Management System Auditor with the Auditing Association of Canada (CHSMSA) or international equivalent, as determined by DIAND.*
    	*For evidence of a valid certification, physical evidence MUST be provided in the form of a photocopy of a certificate or a traceable certificate number. 
    Consultant
    At least two (2)required 	A.	Bachelors degree in a scientific, environmental or related discipline and three (3) years experience in the provision of Environmental Management Services related to either Stream of Work (see SW7.1).
    Administration
    This role includes the following types of tasks: serving as the information and communication manager for projects; assembling materials; planning and scheduling meetings and appointments; organizing and maintaining paper and electronic files; conducting research; and handling travel and guest arrangements.	A.	A minimum of two (2) years of work experience in management of contractual arrangements on behalf of a company with Canadian federal government clients.
    Management of contractual arrangements includes submission of work proposals and any amendments in response to client requirements, receipt, processing and administration of work requests from clients on behalf of the company, administration of and related tasks.
    B.	A minimum of three (3) years of work experience, acquired within the past ten (10) years, in the provision of day-to-day administrative support/clerical services. 
    At least one (1) of the proposed resources MUST have experience working with practices and processes related to the management of Contaminated Sites by a federal government department.
    SW9.1.2 Resource Categories	Minimum Qualifications/Requirements
    Senior Consultant – Optional Service Category 	A minimum of five (5) years demonstrated work experience acquired in the past ten (10) years relevant to the Optional Service Category for which he/she is proposed; or an acceptable equivalent of education, training and/or work experience.
    Junior Consultant – Optional Service Category	A minimum of two (2) years demonstrated work experience acquired in the past five (5) years relevant to the Optional Service Category for which he/she is proposed; or an acceptable equivalent of education, training and/or work experience.
    For resources proposed in Optional Service Category – Certified Industrial Hygienist (CIH), the resource MUST possess a valid CIH designation. For evidence of a valid certification, physical evidence MUST be provided in the form of a photocopy of a certificate or a traceable certificate number.
    For evidence of any claimed degree or diploma, physical evidence MUST be provided in the form of a photocopy of a certificate or a traceable certificate number. In the event a copy of a degree/diploma is not readily available, an official letter from the conferring institution or a copy of a related transcript indicating the Resource has completed the related degree will be acceptable. In the event no acceptable evidence is provided, the Resource for which it applies will not be considered qualified under the SOA.
    Bidder MUST propose services under both service streams of this RFP.
    Stream 1: Contaminated Sites Environmental Management Services
    Stream 2: Contaminated Sites Health and Safety Management Support Services
    Note: Please find submission forms for the Mandatory Criteria in the Proposal Submission Forms section.
    M1	CORPORATE PROFILE AND RESPONSIBILITY ASSIGNMENT MATRIX
    The Bidder MUST provide the full legal name of the entity submitting the Proposal. 
    The Bidder MUST identify, as applicable, any joint venture members, partners or subcontractors that will be party to the Proposal.
    The Bidder MUST include a responsibility assignment matrix, identifying and describing the individuals proposed in the Bidder’s Core Team, and their roles, responsibilities and accountabilities, both broadly, and in relation to anticipated project requirements (as described in sections 7.2, 7.3 and 7.4 of the Statement of Work) under both service streams (see 7.1 of the Statement of Work).
    If the Bidder has opted to propose services in any of the Optional Service Categories (as described in section 7.5 of the Statement of Work), the responsibility assignment matrix should also identify and describe the individuals proposed for the Service Category(ies) proposed by the Bidder.
    The Bidder MUST propose at least one (1) resource in the Administration Resource Category.
    The proposed Administration resource MUST demonstrate a minimum of two (2) years of work experience in the management of contractual arrangements on behalf of a company with Canadian federal government clients.
    Management of contractual arrangements includes submission of work proposals and any amendments in response to client requirements, receipt, processing and administration of work requests from clients on behalf of the company, and related tasks.  
    The proposed Administration resource MUST demonstrate a minimum of three (3) years of work experience, acquired within the past ten (10) years, in the provision of day-to-day administrative support/clerical services.
    M2.	BIDDER RESOURCES
    BIDDER CORE TEAM
    The Bidder’s firm MUST have access to the breadth and depth of resources to provide Environmental Management Services, as demonstrated by the submission of a description of its Core Team together with CVs and evidence of education and certification (where specified as required) for the minimum number of qualified persons in the categories identified below.
    For the purposes of this Mandatory Requirement “qualified” is defined in Qualification Requirements (see pages 58-69 of Appendix “D” Statement of Work) for each Resource Category (2A to 2c) identified below.
    Required Core Team Resource Categories:
    	Category	Minimum number of persons required
    2.A	Principal Consultant	One (1) qualified person required.
    2.B	Senior Consultant / Specialist	Two (2) qualified persons required, with at least one (1) qualified person required in Stream 1 Environmental Management Services and at least one (1) qualified person required in Stream 2 Health and Safety Management Support Services.
    This requirement may be met by: 
    a) one (1) qualified person in each Stream with each person demonstrating the required work experience and required Certification in the Stream [for a total of two (2) qualified persons], or; 
    b) one person qualified (1) in both Streams demonstrating a minimum of five (5) years of non-overlapping work experience in each Stream (for a total of ten (10) years of work experience at a minimum) and both required Certifications, and one (1) additional qualified person demonstrating the required five (5) years of work experience in one of the Streams with or without any Certification [for a total of two (2) persons].
    2.C	Consultant	Two (2) qualified persons required. 
    The same person may not be proposed for more than one (1) resource category. The same person may be proposed in both service streams.
    At least one (1) proposed Principal Consultant or Senior Consultant/Specialist MUST have been actively involved in each of the Bidder’s Projects proposed in response to Mandatory Requirement M3. For the purposes of this Mandatory Requirement, “actively involved” means the resource was involved in most aspects of the project (from initiation, through planning, execution and review/close-out) or actively involved in a substantive element of a larger phased project). For clarity, this requirement may be met by one (1) person proposed in one of the categories actively involved in all three (3) projects, by three (3) different persons proposed in the categories each actively involved in a different project, or by two (2) persons proposed in the categories, one active in two (2) projects and the other active in one (1) project.
    At least one (1) of the proposed Core Team resources MUST have experience working with practices and processes related to the management of Contaminated Sites by a federal government department.
    At least the minimum number of named persons (as identified in factor 2.1.1 above) MUST meet the Qualification Standards for the Resource Category  in which they are identified in the Bidder’s Core Team in order to be considered qualified [as described in pages 58-59 of Appendix “D” Statement of Work) for each Resource Category (2A to 2c)]), and in order for the Bidder to be compliant with Mandatory Requirement M2. 
    Bidder Resources will be evaluated in the order in which they appear in the Bidder’s Proposal, against the Minimum Qualifications for the Resource Category in which they are proposed [as identified in pages 58-59 of Appendix “D” Statement of Work) for each Resource Category (2A to 2c)]. 
    For the purpose of evaluation, the minimum required number of resources per Resource Category (as identified in M2.1.1. above) that demonstrate compliance with the Minimum Qualifications for their Resource Category will be considered as the Bidder’s Core Team. Only the minimum required number of resources per Resource Category (as identified in M2.1.1. above) will be considered as the Core Team for the purpose of any further evaluation. 
    In the event the Bidder does not provide the minimum required number of compliant Resources in each Resource Category as identified in 2.1.1. above its Proposal will be deemed non-compliant.
    DIAND will evaluate Resources per Resource Category in the order in which they appear in the Bidder’s Proposal. In the event the first named Resource for the Resource Category does not demonstrate the requirements of the Resource Category in which he/she is proposed, DIAND will consider any Additional Resources proposed by the Bidder in that Resource Category (under factor 2.2 below) in the order in which they appear in the Bidder’s Proposal; until the Core Team has been filled or until the Bidder is found non-compliant.
    For evidence of a valid professional designation, certification and any claimed degree or diploma, the Bidder MUST provide physical evidence in the form of a photocopy of a certificate or a traceable certificate number included within the Proposal. In the event a copy of a certification, degree or diploma is not readily available, an official letter from the institution or a copy of a related transcript indicating the Resource has completed the related degree will be acceptable.
    In the event no acceptable evidence is provided, the Resource for which it applies will not be considered qualified under the Bidder’s Proposal.
    Bidder Additional Capacity
    Bidders wishing to include additional resources under any resultant SOA beyond the minimum numbers stipulated in factor 2.1.1 (above) MUST include a detailed CV and evidence of credentials for each additional resource proposed in relation to the Resource Categories and levels of seniority indicated in the SOW (pages 58-59 of Appendix “D” Statement of Work).
    Any additional proposed resources MUST meet the minimum requirements as stated in the SOW (pages 58-59 of Appendix “D” Statement of Work) specific to the Resource Category and seniority level in which they are proposed in order to be eligible to be called-up under any resulting SOA.
    Additional Resources submitted under this Criterion will not be point-rated. Bidders are not required to submit Additional Resources beyond those required under factor 2.1.1, however are encouraged to do so. 
    Provided the Bidder proposes at least the minimum number of qualified Resources per Resource Category (in accordance with factor 2.1.1), in the event Additional Resources proposed under Mandatory Requirement M2.2 do not meet the requirements of the Statement of Work (pages 58-59 of Appendix “D” Statement of Work) such resources will not be eligible to be called-up under any resulting SOA, but this finding of non-compliance will not impact the Bidder’s overall compliance with Mandatory Requirement M2 of this RFP.  
    DIAND encourages Bidders to provide a summary, directly linking each proposed Resource’s skills and experience with the minimum qualifications included within the SOW for the Resource Category in which the Resource is proposed, as well as highlighting linked skills and experience in the related CV.
    Note 1: Bidders are encouraged to provide all of the Resources they would wish to provide services to DIAND within their Proposal.
    Note 2: For Stream 2 resource certification, Bidders are advised that NCSP is seeking resources qualified in the specific fields of Environmental Health and Safety, and site Health and Safety. Qualifications in other fields such as, but not necessarily limited to, industrial hygiene or occupational therapy will not be accepted as meeting the minimum qualifications under this Stream of Work, for the Core Team.
    M3.	BIDDER PROJECT SUMMARIES
    At the Bidder level, the Bidder MUST provide three (3) written project summaries demonstrating the Bidder’s experience in the provision of Environmental Management Services as described in the RFP (see in particular SOW 7.2.1-7.2.11; SOW 7.3.1-7.3.9; or SOW 7.4.1-7.4.5). 
    At least one (1) project MUST demonstrate experience in relation to Stream 1 Environmental Management Services and at least one (1) project MUST demonstrate experience in relation to Stream 2 Health and Safety Management Support Services.
    One (1) or more projects may be used to demonstrate both of these requirements.
    Of the three project summaries provided:
    At least, one (1) project MUST involve the provision of audit services (SOW item 7.4.2 or item 7.4.3 for the design and conduct of an audit) for either an Environmental OR a Health and Safety audit;
    At least one (1) project MUST involve the provision of risk management services (any of SOW items 7.3.1-7.3.9), and 
    At least one (1) project MUST involve the provision of management system support services (any of SOW items 7.2.4, 7.2.9 or 7.2.10)).
    One (1) or more projects may be used to demonstrate all of these requirements.
    Projects may be ongoing, but MUST have taken place within the last five (5) years. Costs ($CAN) to the Client and timelines of the Bidder’s project (MM, YYYY) for submitted project summaries MUST be clearly defined, as follows:
    Dollar value $CAN of the project (to the Client) to which the Bidder contributed (i.e. the Client’s overall project value, including both the Bidder’s invoicing and Client project costs such as capital costs, etc.);
    Dollar value $CAN of the work (to the Bidder) for work completed in the last five (5) years (i.e. the Bidder’s overall invoice total for services provided to the Client related to the project summary);
    The dates/duration of the Bidder’s engagement in the project.
    Each project summary MUST identify at least one (1) qualified Senior Consultant/Specialist OR one (1) qualified Principal Consultant whom the Bidder is currently proposing, who was actively engaged in the Project. Resources may have been involved in the cited project at a different Resource Category level than that in which they are proposed.
    For example, a Resource may be involved in the cited project as a Principal consultant, or Intermediate consultant, and if they are proposed in the current bid as a Senior consultant, and they meet the minimum requirements for the Senior consultant resource category as defined herein, they would meet this requirement.
    For the purposes of this Mandatory Requirement, “actively involved” means the resource was involved over most aspects of the project (from initiation, through planning, execution and review/close-out) or actively involved in a substantive element of a larger phased project. For clarity, this requirement may be met by one (1) person proposed in one of the categories actively involved in all three (3) projects, by three (3) different persons proposed in the categories each actively involved in a different project, or by two (2) persons proposed in the categories, one active in two (2) projects and the other active in one (1) project.
    The Bidder MUST include Project Summary Forms (see Proposal Submission Forms) for each of the three (3) Bidder project summaries submitted, along with a Project Reference Form completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee MUST be submitted as part of the Bidder's Proposal. The Bidder MUST NOT sign reference forms on behalf of the referee.
    Note 1: For the purpose of evaluation under Mandatory Requirement M3, the following will be considered as the Bidder’s experience:
    a) Project experience by the bidding entity (i.e. the signatory to the Proposal); or
    b) Project experience by a firm that has merged with or was acquired by the Bidder; or
    c) In the case of Joint Ventures submitting a Proposal, project experience by one (1) or more member firms of the Joint Venture who are included within the Proposal to DIAND.
    The onus is on the Bidder to clearly demonstrate within its submitted projects which entity/firm (as defined in (a) through (c) above) undertook the project.
    All projects submitted by Bidders MUST be in direct relation to contracts that were entered into by the Bidder (as defined above) with the named client organization contained within the Project Summary. 
    Further, as evidence of compliance with M3, Bidders cannot use an individual proposed Resource’s project experience obtained while working for or on behalf of another entity that is not a part of the Proposal. Irrespective of the qualifications and experience of the proposed Resource, if the project was not contractually entered into and work successfully undertaken by the Bidder (as defined above), the Project Summary cannot be submitted as evidence of the Bidder’s compliance with M3.
    The purpose of M3 is to ascertain if the Bidder has previously entered into and undertaken similar/relevant projects. Projects undertaken by proposed Resources are considered in Point-Rated Criterion R1.
    Note 2: DIAND reserves the right to contact the referenced client project authority to verify the accuracy of information provided within each Project Summary. Failure on the part of the Bidder to provide accurate and current contact information may result in the Bidder’s Proposal being deemed non-compliant and be given no further consideration in the evaluation process.
    Project Summary Format:
    The Bidder should include with EACH project summary:
    a)	The name and postal address of the client organization;
    b)	The total Bidder level of effort (in days) completed within the last five (5) years. The Bidder should not  identify projected level of effort that has not been completed as of the solicitation closing date;
    c)	 A brief description of the project;
    d)	A summary of the client’s requirements;
    e)	The Bidder’s responsibility on the project and key activities undertaken within the last five (5) years;
    f)	A detailed description of the role and responsibilities of the named Core Team resources (where engaged);
    g)	The result or outcome of the project, together with the extent to which the project work undertaken to date was completed on-time, on-budget, and in accordance with established project goals; and
    Any other information the Bidder feels relevant for evaluation.
    
    Basis of Selection
    DIAND intends to award up to two (2) SOAs as a result of this solicitation to the Bidder(s) representing Best Value, as determined in accordance with the Selection and Evaluation Criteria of this RFP.  Best Value will be defined as the highest Total Score.
    In the event that there is no SOA awarded for the companion solicitation (reference number 20-13-6013, DIAND intends to award up to three (3) SOAs as a result of this solicitation to the bidders representing best value as determined in accordance with the Selection and Evaluation Criteria of this RFP. Best value will then be defined as the three (3) highest total scores.
    
    In the event that more than one (1) Proposal receives the same Total Score, of those Proposals, the Proposal with the lower price will be considered to represent Best Value.
    Security
    Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance.
    
    This procurement is subject to the North American Free Trade Agreement, World Trade Organization – Agreement on Government Procurement, and the Agreement on Internal Trade
    Business address
    1404-1 Nicholas Street
    Ottawa, Ontario, K1N 7B7
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • E199D - Environmental Services
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Viner, Celine
    Email
    celine.viner@aadnc-aandc.gc.ca
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: