Professional Audit Support Services (PASS) Supply Arrangement - Provision of professional services related to the implementation of the Government of Canada Policy on Internal Control
Solicitation number FP802-140008
Publication date
Closing date and time 2014/05/14 11:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT (NPP) PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) SUPPLY ARRANGEMENT Solicitation No.: FP802-140008 Contracting Authority: Jianna-Lee Zomer Telephone No.: (613) 993-4484 Fax No.: (613) 991-1297 E-mail Address: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca This RFP is only for pre-qualified Suppliers for Stream 3 and Stream 6 against Professional Audit Support Services (PASS) Supply Arrangement (E60ZG-060004) DESCRIPTION OF REQUIREMENT: 1.0 TITLE PASS (SA) MULTIPLE STREAMS (3 and 6) - Provision of professional services related to the implementation of the Government of Canada Policy on Internal Control. 2.0 OBJECTIVE The objective of this contract is to provide professional support services to assist Fisheries and Oceans Canada to meet all requirements of the Treasury Board Secretariat Policy on Internal Control. DFO is seeking two teams from one bidder: Team 1: Consist of four (4) resources to conduct requirement from Work-Stream Stream 3: Information Technology and Systems Audits for an “on as-and-when required” basis. Team 2: Consist of six (6) resources to conduct requirement from Work-Stream Six (6) - Financial & Accounting Services for an “on as-and-when required” basis. DURATION OF CONTRACT CONTRACT YEAR 1 (2014-15): The professional services will be required from the contract award to March 31, 2015 for a total cost not exceeding $200,000 with tax. CONTRACT YEAR 2 (2015-16): The professional services will be required from the contract award to March 31, 2016 for a total cost not exceeding $100,000 with tax. CONTRACT YEAR 3 (2016-17): The professional services will be required from the contract award to March 31, 2017 for a total cost not exceeding $100,000 with tax. In addition, there are two options to extend the contract by 1 year each for a total cost not exceeding $100,000 with tax per option year. EVALUATION PROCESS AND SELECTION METHODOLOGY Basis of Selection - Highest Combined Rating of Technical Merit (70%) and Price (30%) 1. To be declared responsive, a bid must: (a) comply with all the requirements of the bid solicitation; (b) meet all the mandatory evaluation criteria; and (c) obtain the required minimum number of points specified in Attachment 1 to Part 4 for the point rated technical criteria. 2. Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid obtaining the highest number of points nor the one with the lowest evaluated price will necessarily be accepted. 3. The lowest evaluated price (LP) of all responsive bids will be identified and a pricing score (PS), determined as follows, will be allocated to each responsive bid (i) : PSi = LP / Pi x 30%. Pi is the evaluated price (P) of each responsive bid (i). SECURITY REQUIREMENTS Common PS SRCL #4 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by CISD/PWGSC. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. The Contractor/Offeror must comply with the provisions of the: a. Security Requirements Check List and security guide (if applicable), attached at Annex C; b. Industrial Security Manual (Latest Edition).
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Jianna-Lee Zomer
- Phone
- (613) 993-4484
- Address
-
200 Kent StreetOttawa, ON, K1A 0E6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.