Airport Security Requirements Review

Solicitation number T8080-230357

Publication date

Closing date and time 2024/01/11 14:00 EST

Last amendment date


    Description

    Notice of Proposed Purchases (NPP)
    Solutions-Based Professional Services (TSPS) Requirement

    This requirement is for: Transport Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualified under Tier 1 for the following stream(s):

    Stream 2: Business consulting/change management services

    The following SA Holders have been invited to submit a proposal:

    1 ADGA Group Consultants Inc.
    2 BOSTON CONSULTING GROUP CANADA ULC
    3 Confluence Consulting Inc.
    4 Dare Human Resources Corporation
    5 Ernst & Young LLP
    6 Global Advantage Consulting Group Inc (Ottawa)
    7 Human Resource Systems Group Ltd.
    8 InterVISTAS Consulting Inc.
    9 KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.
    10 NATTIQ INC.
    11 Orbis Risk Consulting Inc.
    12 Pricewaterhouse Coopers LLP
    13 Quallium Corporation
    14 RHEA INC.
    15 THE LANSDOWNE CONSULTING GROUP INC.

    Description of the Requirement:

    A. The awarded contractor will be responsible for the deliverables outlines in the Statement of Work. In brief, the awarded contractor will be responsible for initial research and analysis of existing policies and regulations surrounding classification and physical security requirements of airports. The contractor would then be conducting site visit of Canadian and international airports to develop a comprehensive assessment. The awarded contractor will use the findings from prior phases to develop a report and provide recommendations to determine whether Canada's current practices are consistent with a modern and flexible classification system.
    B. To achieve this, the contractor is required to have experience in reviewing physical security, security plans and programs. The contractor must have experience in providing recommendations and conducting studies and risk analysis.

    C. The contractor can demonstrate technical criteria that will be considered as assets and rated on a point system. These will include providing project summaries, experience in cybersecurity and RPAS, working with law enforcement and government departments and assessing risk in relation to transportation security. The contractor will also have the opportunity to demonstrate recent and relevant experience of up to 10+ years.

    D. The period of any resulting contract will be from Winter 2024 to Fall 2024 inclusively. Any resulting contract may include the option to extend the resulting contract term. This is conditional to budget limitations and only to be used if deemed appropriate by the client department, Transport Canada, Aviation Security, Program Development Branch.
    Level of Security Requirement:

    Company Minimum Security Level Required – The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    Resource Minimum Security Level Required – The Contractor personnel requiring access to PROTECTED information, assets, or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    Applicable Trade Agreements:

    Canada Free Trade Agreement (CFTA);
    Canada-Chile Free Trade Agreement (CCFTA);
    Canada-Columbia Free Trade Agreement (CCoFTA);
    Canada-Honduras Free Trade Agreement (CHFTA);
    Canada-Korea Free Trade Agreement (CKFTA);
    Canada-Panama Free Trade Agreement (CPaFTA);
    Canada-Peru Free Trade Agreement (CPFTA);

    Associated Documents:

    NIL

    Proposed period of contract:

    The proposed period of contract shall be from date of Contract to December 31, 2024 inclusive.

    File Number: T8080-230357

    Contracting Authority: Jessica Hanschell

    Phone Number: 613-324-1856

    E-Mail: jessica.hanschell@tc.gc.ca

    Contract duration

    The estimated contract period will be 11 month(s), with a proposed start date of 2024/01/31.

    Trade agreements

    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Transport Canada
    Address

    330 Sparks Street

    Ottawa, Ontario, L1A 0N8
    Canada
    Contracting authority
    Jessica Hanschell
    Phone
    (613) 324-1856
    Email
    jessica.hanschell@tc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: