Quality Assurance/Management Specialist (Senior)
Solicitation number 1000430258
Publication date
Closing date and time 2023/04/18 14:00 EDT
Last amendment date
Description
TASK Based Professional Services (TSPS) Requirement
This requirement is for: Canada Revenue Agency (CRA)
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: 3.5 Quality Assurance/Management Specialist (Senior) - Stream 3 - Project Management Services Stream.
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal.
1. A Hundred Answers Inc.
2. ACF Associates Inc.
3. iFathom Corporation
4. Leverage Technology Resources Inc.
5. Makwa Resourcing Inc., TPG Technology Consultint Ltd. In JOINT VENTURE
6. Michael Wager Consultings Inc.
7. Mindstream Training Center and Professional Services Bureau, Inc
8. OpenFrame Technologies, Inc.
9. Posterity Group Consulting Inc,
10. Protak Consulting Group Inc.
11. Quallium Corporation
12. Robertson & Company Ltd.
13. SnapSEARCH Inc.
14. The Right Door Consulting & Solutions Incorporated
15. Valcom Consulting group Inc.
16. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
17. Contract Community Inc.
18. Random Fleetway Inc.
19. KPMG LLP
20. Mindwire Systems Ltd.
21. Orbis Risk Consulting Inc.
Description of the Requirement:
The Corporate Compensation Division requires a resource with the skills necessary to lead the development of a comprehensive quality assurance framework for the Compensation program. The resource will also support the development of the project plans required to execute the project. The objective is to provide expertise required to define the roles and responsibilities, scope of reviews, processes, tools, measurement criteria and reporting overview. This will provide a framework that is integrated with other key program components such as process mapping, training and monitoring and performance management programs, which will promote an environment of continuous improvement within the CRA Compensation Program.
The Work or a portion of the Work performed under the Contract will be performed on an as-and-when-requested basis and initiated using a Task Authorization (TA). The Work must be completed in accordance with the description of the Work defined in Annex A: Statement of Work and the TA.
Conditional Set-Aside Under the Procurement Strategy for Indigenous Business
This procurement may be conditionally set aside under the federal government Procurement Strategy for Indigenous Business.
In order to be considered for the set-aside, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.
For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Eligibility for Indigenous procurement set aside and Procurement information for Indigenous business owners
Level of Security Requirement:
Company Minimum Security Level Required:
Document Safeguarding capability at the level of Protected B.
Designated organization screening (Protected)
Resource(s) Minimum Security Level Required:
Authorization to access Protected B information.
Reliability status - Protected B.
Applicable Trade Agreements:
World Trade Organization Agreement on Government Procurement (WTO-AGP)
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canadian Free Trade Agreement (CFTA)
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Canada-Peru Free Trade Agreement (CPFTA)
Canada-Colombia Free Trade Agreement (CCoFTA)
Canada-Panama Free Trade Agreement (CPaFTA)
Canada-Korea Free Trade Agreement (CKFTA)
Associated Documents:
Request for Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement.
Proposed period of contract:
The proposed period of contract shall be from contract award to March 31, 2024.
The contract will contain irrevocable options to extend the term of the Contract by up to two (2) 6-month periods under the same conditions.
Estimated Level of Effort:
The estimated level of effort of the initial contract period will be for 210 working days.
The estimated level of effort of the option periods is currently not foreseeable.
Submission of Proposals:
Bids must be submitted by using the Connect service provided by the Canada Post Corporation. When responding, the proposal MUST be delivered to:
Canada Revenue Agency
Bid Receiving Unit
BRUg@cra-arc.gc.ca
Bids will not be accepted if emailed directly to this email address. This email address must be used to request that CRA open a Connect conversation, as detailed in Standard Instructions 2003. Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA.
Bidders are hereby advised that the Bid Receiving Unit of CRA is available Monday to Friday inclusive, between the hours of 0830 and 1500 EDT, excluding those days that the federal government observes as a holiday.
Due to the nature of this solicitation, electronic transmissions of a proposal by facsimile is not considered to be practical and therefore will not be accepted.
File Number: 1000430258
Contracting Authority: Quan Do
Phone Number: 613-219-5298
E-Mail: huyquan.do@cra-arc.gc.ca
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 11 month(s), with a proposed start date of 2023/04/12.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Canada Revenue Agency
- Address
-
250 Albert Street
Ottawa, Ontario, K1P 6E6Canada
- Contracting authority
- Quan Do
- Phone
- (613) 219-5298
- Email
- huyquan.do@cra-arc.gc.ca
- Address
-
250 Albert Street
Ottawa, Ontario, K1P 6E6Canada
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.