Notice of Proposed Procurement
Solicitation number T8080-230335
Publication date
Closing date and time 2024/01/26 14:00 EST
Last amendment date
Description
This requirement is for: Transport Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualify under Tier 1 and under the stated consultant category, security level, region, level of expertise for the following stream(s):
Stream 2: Business consulting/change management services
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. 3149455 Canada Inc.
2. Akkodis Canada Inc.
3. Ference & Company Consulting Ltd.
4. Goss Gilry Inc.
5. Hackett Consulting Inc.
6. Lean Agility Inc.
7. MGIS Inc.
8. Nattiq Inc.
9. Orbis Risk Consulting Inc.
10. PubliVate Inc.
11. QMR Staffing Solutions Incorporated
12. Risk Sciences International Inc.
13. SALASAN Consulting Inc.
14. Space Strategies Consulting Ltd.
15. The Social Research and Demonstrated Corporation
Description of the Requirement:
The Transportation of Dangerous Goods (TDG) Directorate of Transport Canada (TC) is the focal point for the national program to promote public safety during the transportation of dangerous goods. The TDG Directorate serves as the major source of regulatory development, information, and guidance on dangerous goods (DGs) transport for the public, industry, and government employees in Canada. The Safety Research and Analysis (SRA) branch of the TDG Directorate supports this mandate by studying various aspects of the transportation system to inform decision-making processes.
The SRA Branch of TDG is undertaking a project to develop a quantitative risk analysis (QRA) methodology to support the work of the directorate. The SRA Branch has a mandate to advise on the potential safety outcomes of moving large amounts of anhydrous ammonia by rail along a given route, their likelihood and impact, and on the potential effects of proposed mitigation measures.
Much consideration is currently being given to hydrogen as a fuel for motive power. The Government of Canada led the development of The Hydrogen Strategy for Canada, which was published in December 2020 (https://www.nrcan.gc.ca/climate-change/the-hydrogen-strategy/23080). Liquefied hydrogen has a low relative energy density, can cause hydrogen embrittlement in different materials, is flammable over a wide range of concentrations, and is not commonly transported in large quantities by rail in Canada. Additionally, hydrogen is susceptible to leaking through means of containment due to the very small size of hydrogen molecules. It is therefore often proposed to be moved as anhydrous ammonia. Anhydrous ammonia is already one of the most transported toxic gases in Canada for its use as a refrigerant and fertilizer, and there is significant existing experience in its movement by rail.
The objective of this project is to develop and test a quantitative risk analysis methodology to assess the risk of moving large amounts of anhydrous ammonia by unit train along a given route, and the potential impacts of various mitigation measures.
The methodology should aim to provide a systemic approach to identify and quantify risk levels for the transportation of anhydrous ammonia by unit train. The tool should be useable by TDG, with the ability to adjust inputs as more information becomes available, and clear methods for disseminating outputs.
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-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 award to December 20, 2024.
File Number: T8080-230335
Contracting Authority: Natasha Blackstein
Phone Number: 343-550-2321
E-Mail: natasha.blackstein@tc.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 36 month(s).
Trade agreements
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Panama Free Trade Agreement
-
Canada-Honduras Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
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
Contact information
Contracting organization
- Organization
-
Transport Canada
- Address
-
33p Sparks Street
Ottawa, Ontario, K1A 0N5Canada
- Contracting authority
- Natasha Blackstein
- Phone
- (343) 550-2321
- Email
- natasha.blackstein@tc.gc.ca
- Address
-
330 Sparks Street
Ottawa, Ontario, K1A 0N5Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
Avis de projet d NPP.pdf | 001 |
French
|
0 | |
NPP_T8080-230335.pdf | 001 |
English
|
49 |
Access the Getting started page for details on how to bid, and more.