Comparison of regulatory environmental management regimes for net pen aquaculture in Canada and the United States under the Regulatory Cooperation Council (RCC) initiative
Solicitation number F5211-150489
Publication date
Closing date and time 2015/11/19 13:00 EST
Last amendment date
Description
REQUEST FOR PROPOSAL
Solicitation # : F5211-150489
Closing Date : November 19, 2015
Closing Time : 2:00 PM (Atlantic Standard Time)
This requirement is for the Department of Fisheries and Oceans (DFO).
Title: Comparison of regulatory environmental management regimes for net pen aquaculture in Canada and the United States under the Regulatory Cooperation Council (RCC) initiative
OBJECTIVES OF THE REQUIREMENT
To help identify areas of regulatory similarities, Fisheries and Oceans Canada (DFO) is collaborating with the National Oceanic and Atmospheric Administration (NOAA) of the United States Department of Commerce to assess the environmental regulatory regime for aquaculture at all levels of governments in both Canada and the United States.
BACKGROUND
In February 2011, Prime Minister Harper and President Obama launched the RCC to better align regulatory systems between Canada and the United States, where appropriate, to enhance economic growth, competitiveness and job creation, while maintaining national sovereignty and high levels of protection for health, safety and environment.
The initial Joint Action Plan was launched in December 2011, and it provided an opportunity to enhance Canada-United States regulatory cooperation through the identification of specific regulatory issues and challenges that departments and agencies on both sides of the border would work together to resolve or improve.
The new Joint Forward Plan (http://pm.gc.ca/eng/news/2014/08/29/canada-united-states-regulatory-cooperation-council-joint-forward-plan) launched in August 2014 includes a commitment by DFO and NOAA to undertake greater cooperation in environmental management of the aquaculture sector and identify potential areas for regulatory cooperation.
Under the Canada-United States RCC, DFO and NOAA have established a partnership to implement a deeper collaborative relationship and to advance regulatory cooperation for the aquaculture sector, with the aim of reducing unnecessary regulatory barriers and enhancing trade in aquaculture products between the two countries.
Aquaculture Regulatory Partnership Statement:
http://www.dfo-mpo.gc.ca/aquaculture/management-gestion/statement-declaration-eng.htm
Aquaculture Technical Work Plan:
http://www.dfo-mpo.gc.ca/aquaculture/management-gestion/reg-coop-eng.htm
PERIOD OF CONTRACT
The period of the Contract is from date of Contract to March 31, 2016 inclusive.
SECURITY
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 CONFIDENTIAL, with approved Document safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
INTELLECTUAL PROPERTY
The Department of Fisheries and Oceans has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds: where material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.
MANDATORY REQUIREMENTS
Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.
Mandatory Criteria
M1 By the close of the bid, the Bidder and its proposed resource(s) must have at least, Confidential level of security clearance as required by Public Works and Government Services Canada.
M2 The Bidder must provide proof that the proposed resource(s) provide possess a degree from a recognized university in a field related to law, economics, policy or regulatory analysis.
Background in fisheries/natural resources policy or law would be advantageous. *proof is to demonstrated by providing a copy of the degree
M3 The Bidder’s proposed resource must have a minimum of five (5) years of experience in conducting legal review or policy/regulatory research and analysis
M4 The Bidder’s proposed resource must certify his/her ability to travel to/from Canada and the United States by having a valid Canadian or United States passport that has no restrictions on travel between the two countries.
SELECTION METHOD
The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.
Enquiries regarding this RFP requirement are to be submitted in writing to the following:
Jennifer Beamish
Senior Contracting Office
Materiel and Procurement Services
Fisheries and Oceans Canada
301 Bishop Drive
Fredericton (NB) E3C 2M6
Telephone : (506) 452-3800
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Beamish, Jennifer
- Phone
- 506-452-3800
- Address
-
301, Bishop DriveFredericton, NB, E3C 2M6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
f5211-150489_solicitation_addendum_-_addenda_002-_bilingual_.pdf |
French
|
6 | ||
f5211-150489_solicitation_addendum_-_addenda_002-_bilingual_.pdf |
English
|
6 | ||
f5211-150489_solicitation_addendum_-_addenda_001-_bilingual.pdf |
French
|
14 | ||
f5211-150489_solicitation_addendum_-_addenda_001-_bilingual.pdf |
English
|
14 | ||
f5211-150489_rfp_-_french.pdf | 000 |
French
|
3 | |
f5211-150489_rfp_-_english.pdf | 000 |
English
|
67 |
Access the Getting started page for details on how to bid, and more.