LAC’s Occupational Risk Prevention Program

Solicitation number 5Z011-17-0033A

Publication date

Closing date and time 2016/06/28 14:00 EDT


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: Library and Archives Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following category: Employee Relation Consultant, Level 3

    The following SA Holders have been invited to submit a proposal.

    1. 8005931 Canada Inc
    2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    4. ConversArt Consulting Limited
    5. Excel Human Resources Inc.
    6. Interis Consulting Inc.
    7. Lumina IT inc.
    8. Maplesoft Consulting Inc.
    9. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    10. NALY Management Consulting Incorporated
    11. Pleiad Canada Inc.
    12. Proex Inc.
    13. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    14. Workplace Safety & Prevention Services
    15. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of Library and Archives Canada [the “Client”] for the provision of Task and Solutions Professional Services.

    LAC aims to comply with the requirements of Part II of the Canada Labour Code as well as those of Part XIX of the Canada Occupational Health and Safety Regulations in terms of the Occupational Hazard Prevention Program in regards to hazard identification and assessment (according to the hazard level), the choice of prevention measures and identification of the appropriate training. The identified hazard will be comprised of safety hazards (working at height, hazards related to the use of machinery and mobile equipment), physical hazards, biological and chemical hazards, ergonomic hazards and psychosocial hazards as well as any other hazards that can be identified.

    It is intended to resulting in the award of one (1) contract for two (2) years.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

    X 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

    X 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:

    The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).

    Associated Documents:

    -RFP (and cover page)

    Proposed period of contract:

    The proposed period of contract shall be from Contract Award date to March 31, 2018.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 450 days

    File Number: 5Z011-17-0033A

    Contracting Authority: Geneviève Rioux

    Phone Number: 343-998-1925

    E-Mail: Genevieve.Rioux@Canada.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

    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Library and Archives Canada
    Address
    395 Wellington Street
    Ottawa, Ontario, K1A 0N4
    Canada
    Contracting authority
    Rioux, Genevieve
    Phone
    343-998-1925
    Address
    550, boul. de la Cité
    Gatineau, QC, K1A 0N4
    CA

    Buying organization(s)

    Organization
    Library and Archives Canada
    Address
    395 Wellington Street
    Ottawa, Ontario, K1A 0N4
    Canada
    Bidding details

    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