SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

ACAN - Aboriginal Subject Matter Expert

Solicitation number 201601088

Publication date

Closing date and time 2015/07/29 14:00 EDT


    Description
    Solicitation # 201601088
    
    Requirement
    
    The Royal Canadian Mounted Police (RCMP) has a requirement for the services of a Subject Matter Expert to facilitate and deliver Community Forums on the topics of protecting Aboriginal women and girls from the risks of violence against women, sexual exploitation and human trafficking.
    
    Advance Contract Award Notice
    
    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to: 
    
    Redsky Professional Services
    Winnipeg, Manitoba
    
    Before awarding a contract, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this notice by submitting a statement of capabilities during the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities, during posting period ,that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits a statement of capabilities meeting the requirements set out in the ACAN on or before the closing date, a contract will be awarded to the pre-selected supplier.
    
    Background
    
    The RCMP continues to operationalize strategies designed to address the issue of missing and murdered Aboriginal women.  These strategies have included amendments to policies and practices governing the investigation of missing person complaints and the collection of data to better inform investigational, and prevention and intervention strategies. 
    
    Following the national operational overview of missing and murdered Aboriginal women, the RCMP will continue to focus their efforts on violence prevention against Aboriginal women and girls.
     
    To assist in this organizational objective, National Crime Prevention Services (NCPS) would like to contract with a Subject Matter Expert (SME) who can lecture on the issues of violence against women, sexual exploitation and human trafficking specifically dealing with Aboriginal women and girls.  This individual will be made available to our Divisions and Detachments in order to help raise awareness of the risks of violence against women, sexual exploitation and human trafficking through the delivery of community forums.  
    
    Objective
    
    The main goals of this project are as follows: 
    
    •	Work with local detachment commanders and their key stakeholders to plan and deliver community forums.
    •	Bring together community members and key stakeholders for a day long community forum which will provide crucial information on how Aboriginal Women and Girls can protect themselves from the risks of violence against women, sexual exploitation and human trafficking. 
    •	The forums will support local detachment contributions through prevention and intervention in partnership with communities. 
    •	The community forums will not only help to raise awareness concerning violence against women, sexual exploitation and human trafficking, but will aid in initiating the first steps towards the development of a community action plan to continue to focus on this critical issue. 
    
    Current Requirements:
    
    The subject matter expert will be expected to perform the following tasks:
    
    Phase 1:  Preparation for Community Forums 
    
    The SME will work together with local Detachment commanders and CPS member(s) to:
    •	Review each community’s population profiles, services and community capacities (specific strengths, challenges and opportunities for First Nation, Metis and Inuit within each community) and local/regional sexual exploitation and human trafficking initiatives which could be involved with each Community Forum.
    •	Identify the community leadership that will need to be approached to plan the Community Forum and a community representative who can facilitate first steps in a community action plan.  
    •	Each Community Forum may need to be scheduled at different times depending on the routine and rhythm of the community; some forums may be held during the day while others might be held in the afternoon/evening and some on the weekends in order to maximize the amount of participants who can attend. The SME must be flexible when it comes to community forum scheduling. 
    •	Identify and approach social service organizations within and outside the community to see if they are willing to be involved in the Community Forum.  Select one or more community service organizations to help with the any issues of personal trauma that can and/or could arise/occur before, during and after the Community Forum in order to provide support to participants, if and when required.
    •	Contribute to the logistics decision making of the Community Forum such as; the location of the event, forum set up, advertising, food, child care (if required), door prizes, invitation list, tobacco offerings, extending an invitation for an Elder to attend to do the opening and closing ceremonies, and transportation to/from venue. 
    •	Establish and develop the content for the pre and post surveys and evaluation tools for the Community Forums.
    •	Identify a follow up and after meeting plan in connection to opportunities the RCMP have with the Family Violence Initiative Fund (FVIF).
    
    Phase 2:  Community Forum – Approximately 6 hours
    
    •	The SME will set up an information table that will provide local resources, violence against women, sexual exploitation and human trafficking materials that can be provided to the participants.  
    •	Ensure that there is a place for food, child care is provided (if possible and when required) and secure a venue where the Community Forum can be held such as; a facilitation centre, detachment meeting room, band office, conference hall and/or community centre. 
    •	The community forum will be designed to be 6-hours in length but in reality forums may only last 3/4-hours depending on the community’s requirements. The SME must be willing to be adaptable to these changes and requirements within each Community Forum.
    
    Phase 3:  Post Community Forum
    
    •	Express gratitude to the Aboriginal community by way of email, radio, thank you letters/poster or through their community leadership representative.
    •	Follow up on any requests for information or promises made to participants during the Community Forum.
    •	Debrief with community organization, Detachment commander and CPS member(s) in person, by phone or through email.
    •	Prepare a report on pre-and post-survey results to share with forum participants.
    •	Select representative and process to link to other sexual exploitation and human trafficking initiatives, RCMP Family Violence Initiative Fund and other possible partnerships.
    
    Phase 4:  Initiative Findings
    	
    •	Prepare an overall report of all Community Forums outlining process, lessons learned, key findings and First Nation strategies to reduce violence against moving forward.
    
    Contract Period:
    
    The resulting contract will be valid from date of award to March 31, 2016, with the irrevocable option to extend the contract by up to one (1) additional one year period. Dates are subject to change.
    
    Estimated Costs:
    
    The estimated costs associated with this procurement are $50,000.00 over two years.
    
    Minimum Essential Requirements:
     
    The Subject Matter Expert must, at a minimum, meet the following essential requirements.
     
    Any interested supplier must demonstrate by way of a statement of capabilities that they meet the following requirements: 
    
    1.	Have worked previously either with the RCMP or another police organization within the last ten (10) years. 
    2.	Have worked extensively with many different Aboriginal communities from across Canada (Both rural and urban). 
    a.	Interested suppliers must provide a list of the all projects/initiatives that they have developed or contributed to along with the name of the Aboriginal community, Friendship Centre, National, Provincial and/or Territorial Aboriginal Organization(s), Band Office, and First Nations Policing Service(s), that these events/activities were performed in within the last 5 years. 
    3.	Have worked extensively with Aboriginal women and/or girls in relation to prevention projects/initiatives that deal with the topic(s) of violence against women, sexual exploitation and/or human trafficking in both rural and urban Aboriginal settings.
    a.	Interested suppliers must provide a list of all the prevention project(s)/initiative(s) that they have implemented, consulted and/or presented on in the last 5 years that deal specifically with at least one of the following topics: Violence Against Women, Sexual Exploitation or Human Trafficking. Please provide dates and locations for each prevention project(s)/initiative(s) successfully completed. 
    Justification for the Pre-Selected Supplier
    
    Following extensive research, Redsky Professional Services is the only known supplier that meets the minimum essential requirements.
    The following exception to the Government Contracts Regulations is invoked for this procurement under Part 1 subsection 6(d) - "only one person is capable of performing the work".
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will remain with the Contractor.
    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    The Closing Date and time for accepting a Statement of Capabilities is July 29, 2015 at 2:00pm EDT
    Inquiries and statements of capabilities can be provided in either official language and are to be directed to:
    Allison Graham
    Procurement & Contracting Branch
    Royal Canadian Mounted Police
    73 Leikin Drive, Mailstop #15
    Ottawa, Ontario
    K1A 0R2
    
    Telephone: 613-843-6679
    Facsimile: 613-825-0082
    E-mail: allison.graham@rcmp-grc.gc.ca
    
    Policy Information
    This requirement is not subject to NAFTA, AIT, WTO or any other international trade agreements.
    
    Location of Work
    Various locations across Canada
    
    Language
    All work is to be performed in the English Language.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Graham, Allison
    Phone
    613-843-6679
    Fax
    613-825-0082
    Address
    73 Leikin Drive, Mailstop #15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: