Litigation Research Analysis, Litigation Research Services and Document Management Services. PSIB

Solicitation number 1000244539

Publication date

Closing date and time 2023/07/25 14:00 EDT

Last amendment date


    Description

    1. Description of the Requirement:

    1.0 Set-aside under the Procurement Strategy for Indigenous Business (PSIB)

    This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business see Annex 9.4 of the Supply Manual.

    1.1 Summary

    This Request for Standing Offers (RFSO) is being issued to satisfy the requirement of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) (the "Client") for Litigation Research Analysis, Litigation Research Services and Document Management Services.

    1.2 Description of the Requirement

    The Department of CIRNAC, Litigation Management Oversight Directorate (LMOD) is seeking the professional services of Firms who are capable of providing resources to conduct all of the research analysis, research and writing required to ensure that a complete evidentiary record is compiled for use in litigation or litigation-related activities; to plan, manage and direct research projects and teams; to conduct primary and secondary research to identify, collect, summarize and extract information from documents related to Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC)/ Indigenous Services Canada (ISC) litigation; to create document collections, document databases, bibliographies, reports, file summaries, map/survey collections and provide other related research services.

    1.3 Work required

    1.3.1 The above services are required in the following three (3) service areas:

    a) Research Analysis;
    b) Research Services; and
    c) Document Management Services.

    1.3.2 Firms shall be capable of providing services in all three (3) service areas.

    1.4 Number of Standing Offers and Region Areas

    1.4.1 The intent of this RFSO is to award up to three (3) Standing Offers Agreements (SOA) to qualified Firms. Awards will be offered with up to:

    • One (1) in the National Capital Region (NCR);
    • One (1) in the Calgary Region; and
    • One (1) in the Vancouver Region.

    1.4.2 The services will be required on an as and required basis. For each work requirement, the services will be requested with a separate Call-up.

    2. Level of Security Requirement:

    There are two levels of security requirements associated with the requirement of the Standing Offer. For additional information, see Part 6 – Security Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses.

    3. Applicable Trade Agreements: N/A

    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.

    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

    4. Proposed period of the Standing Offer:

    4.1 The period of the Standing offer is from date of Award to March 31, 2026.
    4.2 Option to Extend the Standing Offer

    The Offeror grants to Canada the irrevocable option to extend the term of the Standing Offer by up to two (2) additional one (1) year periods under the same conditions.

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/04/01.

    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

    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
    Crown-Indigenous Relations and Northern Affairs Canada
    Address

    25 Eddy Street

    Gatineau, Quebec, K1A 0H4
    Canada
    Contracting authority
    Vanessa Demers-Lamothe
    Phone
    (873) 355-2467
    Email
    vanessa.demers-lamothe@sac-isc.gc.ca
    Address

    10 Wellington Street

    Gatineau, Quebec,
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    and
    French
    2
    001
    English
    and
    French
    2
    001
    English
    and
    French
    2
    001
    English
    12
    001
    French
    2

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

    Summary information

    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.