Indigenous Advisory Services - PSIB Set-aside

Solicitation number 5000078601/A

Publication date

Closing date and time 2024/03/04 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS) – TASK BASED SUPPLY ARRANGEMENT

    Title: Indigenous Advisory Services

    This requirement is for the Canadian Nuclear Safety Commission and is a set aside for Indigenous Businesses under the federal government’s Procurement Strategy for Indigenous Business.

    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):

    • one (1), level 3 (senior), 2.5 Business Process Consultant

    The requirement is intended to result in the award of one (1) contract

    This is a new requirement from the CNSC and so therefore there is no incumbent contractor.

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

    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    Creative Fire LP
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    Donna Cona Inc.
    Goss Gilroy Inc.
    IPSS INC.
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    Maverin Business Services Inc.
    Maverin Inc.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    Mobile Resource Group Inc
    NATTIQ Inc, Vision XRM Inc. XRM Vision Inc , in Joint Venture
    NATTIQ INC.
    Naut'sa mawt Resources Group, Inc.
    SEASI Consulting Inc.
    Skyfly Solutions Inc., iFathom Corp in Joint Venture
    Symbiotic Group Inc.
    T.I.7 Inc.
    Talent Transformation Group Inc
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture

    SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority in writing to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement process.. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the bid solicitation process, it may be that they are not reflected in a solicitation amendment.

    Description of the Requirement:

    The Canadian Nuclear Safety Commission (CNSC) is seeking bids from qualified suppliers to provide Indigenous Advisory Services. The Advisor will provide strategic advice to the CNSC’s President and senior executive team to inform the CNSC’s policies and regulatory approaches to advancing Reconciliation. The Advisor will work with the CNSC’s Indigenous and Stakeholder Relations Division (ISRD) to provide advice and support the development and implementation of the commitments in the CNSC’s Building Trust, Advancing Reconciliation, Strategic Plan 2020.

    Level of Security Requirement:

    Company Minimum Security Level Required:

    At the date of bid closing, the following conditions must be met:

    Canada:
     Protected A x Protected B  Protected C  Confidential  Secret  Top Secret  Top Secret (SIGINT)

    NATO:
     NATO Unclassified  NATO Restricted  NATO Confidential  NATO Secret  Cosmic Top Secret

    Foreign:
     Protected A  Protected B  Protected C  Confidential  Secret  Top Secret  Top Secret (SIGINT)

    Resource Minimum Security Level Required:

    Before award of a contract, the following conditions must be met:

    Canada:
     Protected A x Protected B  Protected C  Confidential  Secret  Top Secret  Top Secret (SIGINT)

    NATO:
     NATO Unclassified  NATO Restricted  NATO Confidential  NATO Secret  Cosmic Top Secret

    Foreign:  Protected A  Protected B  Protected C  Confidential  Secret  Top Secret  Top Secret (SIGINT)

    Document Safeguarding Security Level Required:

    Before award of a contract, the following conditions must be met:

    Canada:
     Protected A – DOS x 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:

    This requirement is set aside for Aboriginal suppliers in accordance with the Procurement Strategy for Aboriginal Business. The bidder must certify in its bid that it is an Aboriginal business or an eligible joint venture as defined within the Procurement Strategy for Aboriginal Business.

    Proposed period of contract:

    An initial period of one (1) year, plus two (2) irrevocable options of 1 year each to extend the term of the contract.

    Estimated Level of Effort:

    500 hours in the initial contract period, 400 hours in option year 1 and 300 hours in option year 2.

    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

    Contract duration

    The estimated contract period will be 12 month(s).

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Canadian Nuclear Safety Commission
    Address

    280 Slater Street

    Ottawa , Ontario, K1P 5S9
    Canada
    Contracting authority
    solicitation-demandedesoumission@cnsc-ccsn.gc.ca
    Phone
    (613) 415-6258
    Email
    solicitation-demandedesoumission@cnsc-ccsn.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

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: