Risk Management Specialist - Set Aside
Solicitation number 1000169573
Publication date
Closing date and time 2015/10/15 14:00 EDT
Description
TASK Based Professional Services (TSPS) Requirement This requirement is for: The Department of Indian Affairs and Northern Development This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following categories: - One (1) Risk Management Specialist – Senior - Three (3) Risk Management Specialist – Intermediate The following SA Holders have been invited to submit a proposal. 1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 2. ADRM Technology Consulting Group Corp. 3. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 4. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 5. Donna Cona Inc. 6. IT Services Canada Inc. 7. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In JOINT VENTURE 8. Orbis Risk Consulting Inc. 9. Symbiotic Group Inc. 10. Transpolar Technology Corporation and The Halifax Computer Consulting Group in Joint Venture 11. Turtle Island Staffing Inc. 12. Turtle Technologies Inc. 13. Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture Description of the Requirement: The Department of Indian Affairs and Northern Development, has a requirement for one (1) Senior Risk Management Specialist and three (3) Intermediate Risk Management Specialist, for one (1) contract with the skills and experience necessary to provide a wide range of senior risk management services that will assist in the following initiatives: • Conduct risk assessments at the corporate, program, sector, region or project level; • Recommend alternative solutions, methodologies and strategies for risk mitigation and management; • Coach, mentor and train project teams in risk mitigation techniques; • Reviewing the organization's risk management programs and making recommendations for improvements; • Provide expertise and support to the design, implementation and evaluation of risk management and risk mitigation strategies, tools and directives; • Recommend and document suggested risk responses necessary to manage the likelihood and/or impact of the identified risks; • Perform control self assessments and analysis; • Assist with the on-going monitoring of risk and assisting with the implementation of risk response/mitigation strategies; • Prepare draft and finalized risk assessments, briefing notes, presentations and papers related to risk management, and developing and updating risk management plans; • Support AES staff in the development of the Risk-Based Audit Plan; and • Provide expert advice with respect to risk management best practices and providing guidance and direction to assist in managing risk. Level of Security Requirement: Company Minimum Security Level Required Canada NATO Foreign Protected A NATO Unclassified Protected A Protected B NATO Restricted Protected B Protected C NATO Confidential Protected C Confidential NATO Secret Confidential Secret Cosmic Top Secret Secret Top Secret Top Secret Top Secret (SIGINT) Top Secret (SIGINT) Special comments: _________________________________ Resource Minimum Security Level Required Canada NATO Foreign Protected A NATO Unclassified Protected A Protected B NATO Restricted Protected B Protected C NATO Confidential Protected C Confidential NATO Secret Confidential Secret Cosmic Top Secret Secret Top Secret Top Secret Top Secret (SIGINT) Top Secret (SIGINT) Special comments: _________________________________ Applicable Trade Agreements: This procurement is set aside under the federal government’s Procurement Strategy for Aboriginal Business, as detailed in Annex 9.4, Requirements for the Set-aside Program for Aboriginal Business, of the Supply Manual. This procurement is set aside from the international trade agreements under the provision each has for set asides for small and minority businesses. Further to Article 1802 of the Agreement on Internal Trade (AIT), AIT does not apply to this procurement. Associated Documents: Not applicable. Proposed period of contract: The proposed period of contract shall be from Award date to October 31, 2018. Estimated Level of Effort: The estimated level of effort of the contract will be for: - One (1) Risk Management Specialist – Senior: 85 days - Three (3) Risk Management Specialist – Intermediate: 198 days File Number: 1000169573 Contracting Authority: Véronique Larose Phone Number: 819-934-2031 Fax Number: 819-953-7721 E-Mail: Veronique.Larose@aandc-aadnc.gc.ca NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
Contract duration
Refer to the description above for full details.
Trade agreements
-
Set-Aside Program for Aboriginal Business (SPAB)
Contact information
Contracting organization
- Organization
-
Aboriginal Affairs & Northern Development Canada
- Contracting authority
- Larose, V
- Phone
- 819-934-2031
- Address
-
10 WellingtonGatineau, QC, K1A 0H4CA
Buying organization(s)
- Organization
-
Aboriginal Affairs & Northern Development 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.