Housing Needs Assessment – Parks Canada
Solicitation number 5P420-25-0105/A
Publication date
Closing date and time 2025/09/23 16:00 EDT
Last amendment date
Description
BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.
PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.
BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.
The only acceptable email address for responses to the bid solicitation is bidswest-soumissionsouest@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than bidswest-soumissionsouest@pc.gc.ca will not be accepted.
The only acceptable facsimile for responses to bid solicitations is 1-866-246-6893.
The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size.
The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2).
Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments.
REQUIREMENT
The Parks Canada Agency (Parks Canada) requires the services of a consultant to conduct housing needs assessments in various Parks Canada locations across western and northern Canada.
This procurement contains a separate stream for a set aside under the federal government Procurement Strategy for Indigenous Business (PSIB). In order to be considered, the Offeror must certify that it qualifies as an Indigenous business as defined under PSIB.
The RFSO covers two procurement streams:
a. PSIB Stream: Indigenous suppliers as defined under the Procurement Strategy for Indigenous Business (PSIB). For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, see Annex 9.4 of the Supply Manual.
b. General Stream: General stream suppliers.
PERIOD OF THE CONTRACT
The period of the Contract is from date of Contract to March 31, 2027 inclusive.
The contractor grants to Canada the irrevocable option to extend the term of the contract by up to three (3) additional one (1) year period(s) being as follows: April 01, 2027 to March 31, 2028 inclusive, April 01, 2028 to March 31, 2029 inclusive and April 01, 2029 to March 31, 2030 inclusive.
SECURITY REQUIREMENT
There is no security requirement associated with the bid solicitation.
BIDDERS’ CONFERENCE
An offerors' conference will be held on September 9, 2025. The conference will begin at 1000h MDT, on MST Teams. The scope of the requirement outlined in the Request for Standing Offers (RFSO) will be reviewed during the conference and questions will be answered. It is recommended that Offerors who intend to submit an offer attend or send a representative.
Offerors are requested to communicate with the Standing Offer Authority before the conference to confirm attendance. Offerors should provide, in writing, to the standing Offer Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than 14:00h MDT on September 8, 2025. Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer.
Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer.
ENQUIRIES
All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority.
Enquiries regarding this solicitation must be submitted in writing and should be received no later than seven (7) calendar days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided.
INFORMATION
National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act.
Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered.
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation.
Contract duration
The estimated contract period will be 17 month(s), with a proposed start date of 2025/11/01.
Trade agreements
-
North American Free Trade Agreement (NAFTA)
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
-
Please refer to tender description or tender documents
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
-
Parks Canada Agency (PC)
- Address
-
720, 220 - 4 Avenue S.E.
Calgary, Alberta, T2G 4X3Canada
- Contracting authority
- Amy Barrett Lichter
- Phone
- (403) 589-3402
- Email
- amy.barrettlichter@pc.gc.ca
- Address
-
Canada
Bidding details
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| 5P420-25-0105A S Amend 002_EN.pdf | 001 | EN | 39 | 2025/09/16 |
| 5P420-25-0105A S Mod 002_FR.pdf | 001 | FR | 6 | 2025/09/16 |
| 5P420-25-0105A S Amend 001_EN.pdf | 001 | EN | 27 | 2025/09/15 |
| 5P420-25-0105A S Mod 001_FR.pdf | 001 | FR | 9 | 2025/09/15 |
| 5P420-25-0105A RFSO.pdf | 001 | EN | 102 | 2025/08/29 |
| 5P420-25-0105 Integrity Verification Form.pdf | 001 | EN | 50 | 2025/08/29 |
| 5P420-25-0105A DOC.pdf | 001 | FR | 36 | 2025/08/29 |
| 5P420-25-0105 Formulaire de vérification de l’intégrité.pdf | 001 | FR | 10 | 2025/08/29 |