Forensic Firearms Examiner

Status Awarded

Contract number 7218069

Solicitation number 201704015

Publication date

Contract award date

Contract value

CAD 217,522.50

    Description

    This contract was awarded to:

    Atlantic Forensic Firearms Examiners

    The Royal Canadian Mounted Police (RCMP), National Forensic Laboratory Services (NFLS) located in Ottawa, ON is seeking two (2) proposed resources to assist with the completion of operational forensic firearms examinations.

     Canadian Content Certification;

    This procurement is limited to Canadian services.

     The period of the Contract is date of contract award for a six (6) month period.

     The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three (3) additional six (6) month periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

     Mandatory Requirements:

    Any proposal which fails to meet the following Mandatory Requirements will be deemed non-responsive and will not be given further consideration. Each requirement should be addressed separately and each resource will be evaluated individually. Each proposed resource must meet the mandatory criteria as outlined below to be considered responsive and given further consideration.

     Mandatory Bidder Requirements:

    M1 The bidder must provide two resource resumes.

     Mandatory Resource Requirements:

    M2 Each proposed resource must have successfully completed a Firearms Examiner Understudy Program. A copy of a recognized Forensic Specialist Certificate to be provided at time of bid submission. Failure to do so will render the bidders proposal non-compliant.

    M3 Each proposed resource must have a minimum of ten (10) years demonstrated experience working in the Forensic Firearms & Toolmark Identification discipline.

    M4 Each proposed resource must have a minimum of six (6) months demonstrated experience within the last three (3) years conducting examinations in the field of Forensic Firearms & Toolmark Identification.

    M5 Each proposed resource must have successfully completed several (five or more) proficiency tests in Firearms & Toolmark Identification discipline.

    M6 Each proposed resource must have a minimum of ten (10) years demonstrated experience working with a Laboratory Information Management System including the use of all the associated software* within the Firearms & Toolmark Identification discipline, as listed below;

    * Associated software includes; Laboratory Information Management System (LIMS), Words, Powerpoint, SR-iTools, Firearms Reference Table (FRT), General Rifling Characteristics (GRC) and Trigger Pull Data Search.

     Basis of Selection – Mandatory Technical Criteria

     A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

     Offers must be submitted ONLY to the RCMP Bid Receiving Unit by the date, time and place indicated on Page 1 of the bid solicitation.

     This requirement is subject to the following Trade Agreement:

    • Agreement on Internal Trade – AIT

     RCMP has adopted the Integrity Regime administered by PSPC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

     The RCMP has published its National Procurement Plan for 2016-2017. For further information, please see link:

     http://www.rcmp-grc.gc.ca/fr/plan-national-dapprovisionnement-grc

    http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan

    Business address
    52 Cabot Crescent
    Lower
    Sackville, NS, B4C 3L3
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • T014Q10 - Offset Printing and Variable Imaging
    • R019F - Consulting 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: