SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

American Sign Language (ASL) and/or Langues des signes québécoise (LSQ) Interpretation Services

Solicitation number 21201-24-4502560/A

Publication date

Closing date and time 2024/05/27 13:00 EDT

Last amendment date


    Description

    American Sign Language (ASL) and/or Langues des signes québécoise (LSQ) Interpretation Services

    This requirement is for: The Correctional Service of Canada, Atlantic Region

    Trade agreement: Canadian Free Trade Agreement (CFTA)

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: Compliant bid with the lowest price per point.

    Set-aside under the Procurement Strategy for Indigenous Business:

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This standing offer includes security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service of Canada has a requirement to provide American Sign Language (ASL) (English language) and/or Langue des signes québécoise (LSQ) (French language) interpretation services to offenders during various general and specialized meetings between Correctional Service Canada (CSC) staff, Parole Board of Canada (PBC) members, and their clients (federal offenders) in relation to their case management and for medical appointments.

    Objectives: The Contractor must provide ASL and/or LSQ interpretation services.

    The Contractor must be able to provide ASL and/or LSQ interpretation services on an as-needed and as-requested basis to offenders in participation of any of their case management meetings, Parole Board of Canada Hearings, Programs meetings, assessments, medical assessments, and any other formal or informal meeting.

    Deliverables:

    The Contractor must provide consecutive and simultaneous ASL and/or LSQ interpretation services for meetings between Correctional Services Canada (CSC), Parole Board of Canada (PBC) members, medical staff and their clients (federal offenders).

    The Contractor must ensure that the ASL and/or LSQ interpretation is complete, accurate, and faithful to the original message with respect to meaning, free of omissions, additions or distortions.

    The Contractor must ensure that the meaning conveyed by gestures, body language and tone of voice is not lost.

    Throughout the period of the standing offer there will be no minimum guarantee of service.

    Prior to CSC booking onsite services, consideration must be given to providing the service by teleconference. Where this is not feasible due to the nature of the meeting, the Contractor may request reimbursement for travel expenses to the Institutional Head of the requesting site. The Institutional Head must approve the request before the Contractor incurs any expenses.

    Offsite ASL and/or LSQ interpretation services must be provided by the Contractor’s personnel via teleconference from a private location, where confidentiality can be guaranteed; such as an enclosed boardroom or office. There must be no recording of any kind, and no information related to the service is to be held or retained by the service provider or their personnel.

    It will be at the Project Authority’s discretion to decide if services are to be given virtually or in person.

    It is the responsibility of the CSC site requesting ASL and/or LSQ interpretation services to ensure that a minimum of one (1) full business day notice is given to the Contractor for cancellations. If less than one full business day notice is provided, CSC will pay the Contractor the estimate they were provided plus the accommodation reservation when it is non-refundable by the hotel.

    The Contractor must acknowledge a receipt of “request for ASL and/or LSQ interpretation services” within 24 hours from the requesting site.

    The Contractor must provide to the requesting site a quote for services within 48 hours of an initial request. The Contractor may, from time-to-time, have to reschedule workloads due to urgent requests.

    The Contractor must send monthly progress reports.

    CSC may award up to two (2) Standing Offers as part of this request for standing offer process. The Offeror may submit an offer to provide either ASL interpretation services, LSQ interpretation services or both ASL and LSQ interpretation services (see Annex B – Proposed Basis of Payment).

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: See solicitation document Statement of Work and Basis of Payment.

    Duration of Standing Offer and Time Frame for Delivery:

    Period of the Standing Offer: The Work is to be performed during the period from the standing offer award date to March 31, 2025 with the option to renew for five (5) additional one-year periods.

    File Number: 21201-24-4502560

    Contracting Authority: Claudia Landry
    Telephone number: 506-378-8722
    Facsimile number: 506-851-6327
    E-mail: claudia.landry@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Understanding the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Contract duration

    The estimated contract period will be 68 month(s), with a proposed start date of 2024/08/01.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Correctional Service Canada
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    Contracting authority
    Claudia Landry
    Phone
    (506) 378-8722
    Email
    claudia.landry@csc-scc.gc.ca
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    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.

    Access the Getting started page for details on how to bid, and more.

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Prince Edward Island
    Region of opportunity
    Canada
    Contract duration
    68 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Cost-per-Point

    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: