Performance of Pre-employment Polygraph (PEP) Examinations

Status Awarded

Contract number 2000780

Solicitation number 201404708

Publication date

Contract award date

Contract value

CAD 125,000.00

    Description

    This contract was awarded to:

    Norman Kelly
    The Royal Canadian Mounted Police (RCMP) is seeking to establish Standing Offer Agreements to perform polygraph examination services on an ‘as and when required’ basis in accordance with established protocol and procedures.
    
    This Request for Standing Offer (RFSO) is intended to issue Standing Offer Agreements to the top three responsive Offerors for each location identified in the Statement of Work.
    
    The resulting Standing Offer Agreements will be from Standing Offer Agreement issue date to March 31st, 2015 with an irrevocable option to extend for up to two (2) additional one (1) year periods.
    
    The Offers will be evaluated using mandatory and point-rated criteria.  To be considered responsive, a proposal must comply with all the requirements of the RFSO, meet all mandatory technical evaluation criteria, and obtain an overall score of 70% in the point rated evaluation criteria.
    
    The three (3) responsive offers with the highest number of points for each location will be recommended for issuance of a standing offer, provided that the total evaluated price does not exceed the budget available for this requirement and that the language requirements are met.
    
    In the event of a tie on points, the Offeror with the lowest price will be recommended for issuance of a standing offer, provided that the total evaluated price does not exceed the budget available for this requirement.
    
    If one valid offer is received per location the funding available will be up to the total maximum amount.  If two valid offers are received per location the funding will be divided equally between the two Standing Offer holders and if three valid offers are received per location the funding will be divided equally between the three Standing Offer holders.
    
    The Standing Offers resulting from this RFSO for the Victoria, BC location is to be divided equally between the top three ranked Standing Offer holders for a maximum of $50,000.00/year for a total maximum of $150,000.00 for three (3) years (Goods and Services Tax or Harmonized Sales Tax extra, as appropriate).  Offers valued in excess of this amount will be considered non-responsive.  This disclosure does not commit Canada to pay the maximum funding available.
    
    The Standing Offers resulting from this RFSO for Ottawa, ON and Moncton, New Brunswick is to be divided equally between the top three ranked Standing Offer holders for a maximum of $75,000.00/year for a total maximum of $225,000.00 for three (3) years for each location (Goods and Services Tax or Harmonized Sales Tax extra, as appropriate).  Offers valued in excess of this amount will be considered non-responsive.  This disclosure does not commit Canada to pay the maximum funding available.
    
    The Standing Offers resulting from this RFSO for Montreal, Quebec location is to be divided equally between the top three ranked Standing Offer holders for a maximum of $125,000.00/year for a total maximum of $375,000.00 for three (3) years (Goods and Services Tax or Harmonized Sales Tax extra, as appropriate).  Offers valued in excess of this amount will be considered non-responsive.  This disclosure does not commit Canada to pay the maximum funding available.
    
    The proposed resource must meet the following mandatory requirements:
    
    •	The proposed resource must possess a valid Canadian Association of Police Polygraphists’ (CAPP) membership.  Must provide a copy of membership at time of offer submission.
    
    •	The proposed resource must possess a certification obtained upon the successful completion of a polygraph training program provided by either the Canadian Police College Polygraph School or an Accredited Polygraph Association.  Must provide a copy of certificate at time of offer submission.
    
    •	The proposed resource must have demonstrated experience conducting a minimum of one hundred twenty five (125) forensic polygraph exams as a certified polygraph examiner.
    
    This requirement is subject to the following Trade Agreements:
    •	North American Free Trade Agreement – NAFTA
    •	Agreement on Internal Trade – AIT
    •	World Trade Organization Agreement on Government Procurement – WTO-AGP
    
    The RCMP has published its National Procurement Plan for 2013-2014. For further information, please see link: 
    
    http://www.rcmp-grc.gc.ca/pubs/cm-gg/index-eng.htm
    http://www.rcmp-grc.gc.ca/pubs/cm-gg/index-fra.htm
    Business address
    42 de Touraine
    St-Basile-Le-Grand, Québec, J3N 1X1
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • H900A - Other Construction Quality Control, Testing, Inspect. and Tech. Services
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Perkins, Diane
    Phone
    613-843-5904
    Address
    73 Leikin Drive, M1, 4th Floor, Mailstop #15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: