SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Comparison of regulatory environmental management regimes for net pen aquaculture in Canada and the United States

Solicitation number F5211-150489A

Publication date

Closing date and time 2015/12/21 13:00 EST


    Description

    REQUEST FOR PROPOSAL

    Solicitation # : F5211-150489A

    Closing Date : December 21, 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

    This bid solicitation cancels and supersedes previous bid solicitation numberF5211-150489 datedNovember 4, 2015with a closing of November 19, 2015 at 14:00 AST. A debriefing or feedback session will be provided upon request to bidders/suppliers who bid on the previous solicitation.

    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 RELIABILITY, 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 Rated Within Budget.

    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

    Email : DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Beamish, Jennifer
    Address
    301, Bishop Drive
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    26
    000
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada, United States of America
    Procurement method
    Competitive – Open Bidding

    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: