Operational and Programmatic Gap Analysis

Solicitation number M7594-162036/001/SV

Publication date

Closing date and time 2016/03/16 14:00 EDT

Last amendment date


    Description

    TITLE

    Operational and Programmatic Gap Analysis

    DESCRIPTION

    The resulting contract is from date of contract award until May 31, 2017

    There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. Bidders should consult the "Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders" (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31) document on the Departmental Standard Procurement Documents website

    Bidders must provide a list of names, or other related information as needed, pursuant to section 01 of Standard Instructions 2003

    For services requirements, Bidders in receipt of a pension or a lump sum payment must provide the required information as detailed in attachment 3 of Part 5 of the bid solicitation.

    The requirement is limited to Canadian goods and/or services

    The Royal Canadian Mounted Police (RCMP) takes its role in protecting Canada’s critical infrastructure (CI), and its ability to deliver the vital services Canadians require, from the Federal Government’s responsibility to ensure public safety. The RCMP has not only a responsive role in the event of an incident which impacts CI and public safety, but it also has a responsibility to detect, and when appropriate, intervene, when a criminal threat, including a National Security threat, to CI is identified as either imminent or possible.

    Public Safety Canada defines critical infrastructure as the “processes, systems, facilities, technologies, networks, assets and services essential to the health, safety, security or economic well-being of Canadians and the effective functioning of government. Critical infrastructure can be stand-alone or interconnected and interdependent within and across provinces, territories and national borders. Disruptions of critical infrastructure could result in catastrophic loss of life, adverse economic effects and significant harm to public confidence.”

    The main objective of this project is to strengthen critical infrastructure protection (CIP).

    The project required the contractor to:

    I. To identify opportunities regarding information sharing across critical infrastructure (CI) partners (private sector partners and government agency partners) and law enforcement. This will focus on the uptake of information by law enforcement and the criteria and factors that shape it. A report with recommendations will be produced.

    II. To conduct a CIP operational and programmatic gap analysis. This will focus on enhancing the program while concentrating on operational requirements. A report with recommendations will be produced.

    TECHNICAL EVALUATION CRITERIA

    Mandatory and point rated technical criteria are included in Attachment 2 of the bid solicitation.

    BASIS OF SELECTION -- Highest Rated Within Budget

    To be declared responsive, a bid must:

    (a) comply with all the requirements of the bid solicitation;

    (b) meet all mandatory technical evaluation criteria;

    (c) obtain the required minimum points overall for the technical evaluation criteria which are subject to point rating (68%).

    Bids not meeting (a) or (b) or (c) will be declared non responsive. The responsive bid with the highest number of points will be recommended for award of a contract, provided that the total evaluated price does not exceed the budget available for this requirement. In the event that the highest number of points is obtained by more than one responsive bid, the responsive bid with the lowest evaluated price will be recommended for award of a contract.

    CONTRACTING AUTHORITY

    Joseph Hulse

    Supply Specialist

    Public Works and Government Services Canada

    Science Procurement Directorate

    Place du Portage III, 11C1

    11 Laurier Street

    Gatineau, Québec

    K1A 0S5

    Phone: (819) 956-3356

    Fax: (819) 997-2229

    Email: Joseph.hulse@tpsgc-pwgsc.gc.ca

    All enquiries must be submitted in writing to the Contracting Authority no later than 5 calendar days before the bid closing date.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hulse, Joseph
    Phone
    819-956-0972
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    002
    French
    3
    002
    English
    12
    001
    French
    0
    001
    English
    14
    000
    French
    5
    000
    English
    77

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding