SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

CLINICAL AND ISS MEDICAL STANDARDS SUPPORT TO OSM

Solicitation number 9F008-160311/A

Publication date

Closing date and time 2016/08/30 14:00 EDT


    Description

    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    1.0 Purpose

    The principle mandate of the Canadian Space Agency’s (CSA) Operational Space Medicine (OSM) group is to ensure the health and safety of Canadian astronauts through all phases of spaceflight and to fulfill CSA obligations under the International Space Station (ISS) Inter-governmental agreement between the CSA and NASA. 

    The CSA’s OSM group requires contract support to provide clinical support services and to serve on a variety of Multilateral Medical Operations Panels (MMOP) and working groups as well as to provide expert advice to the OSM group in the area of Medical Selection and Retention and other clinical and operational space medicine related matters.

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to:
    Dr. Joan Saary Medicine Professional Corporation

    20 Lake Shore Drive

    Etobicoke, Ontario

    Canada M8V 1Z2

    2.0 Objective

    The main objective of the contractor is to participate in, and chair when required the ISS Medical Standards and Health Working Group (MSHWG) as well as to provide expert advice to the Chief Medical Officer, OSM as well as the CSA flight surgeon on all working group activities and issues.

    3.0 Scope of the Work

    The consultant will be required to provide any of the following tasks:

    1. Participation in ISS MMOP medical Standards Working Group (videoconference, teleconference or in person).
    2. Participation in ISS Program related meetings, conferences and workshops.
    3. Participation in working group and panels other than ISS MMOP Medical Standards and Health Working Group, teleconferences, videoconferences, and face-to-face meetings (some meetings will require international travel).
    4. Development of evidence-based medical protocols and implementation plans for ISS astronauts.
    5. Provide feedback on, and expert advice to, the Chief, Operational Space Medicine as well the CSA Flight Surgeon on all working group activities and issues
    6. Represent and communicate the policy direction and opinions expressed by the Chief, Operational Space Medicine.
    7. Other clinical duties and operational medical support as directed by the Chief, Operational Space Medicine- these will be detailed under task authorizations

    4.0 Deliverables:
    The contractor is responsible for the following deliverables to the Scientific Authority:

    1. Participation in ISS MMOP Medical Standards Working Group activities
    2. Monthly summary of activities performed on behalf of the CSA for the ISS MMOP Medical Standards Working Group
    3. Copies of ISS MMOP Medical Standards Working Group meeting agendas, minutes, presentations as well as medical reports
    4. Advice (by e-mail, phone or in person) to the Chief, Operational Space Medicine as well as OSM staff on issues related to ISS clinical and medical support.
    5. Other required deliverables to be specified in Task Authorizations.

    Mandatory requirements:

    In order to successfully perform the required work, the consultant must:

    1. Have a license to practice medicine in Canada,
    2. Have at least 3 years of work experience in the area of occupational medicine in general and in space medicine in particular,
    3. Be knowledgeable of the ISS program in general and the ISS medical program in particular,
    4. Have at least 3 years of work experience in developing medical standards in the area of space medicine,
    5. Have at least 3 years of work experience in developing evidence-based reviews
    6. Have experience with participation in international forums (international working groups or panels),
    7. Have the interpersonal skills required to work in an international forum in order to be able to lead discussions and bring colleagues to a consensus.

    5.0 Justification for the Pre-selected Supplier
    The CSA OSM needs a medical doctor who is fully knowledgeable of the ISS operational environment and medical standards, who has expertise in clinical space medicine, has the experience necessary to develop evidence based reviews with regard to astronaut medical selection and retention matters, and who has established trusting and cordial relationships with the Medical Standards counterparts of ISS Partner agencies.
    Dr. Joan Saary is a Fellow of the Royal College of Physicians and Surgeons of Canada with a specialty license in Occupational Medicine and has a licence to practice medicine in Canada. She is an active member of the Canadian aviation and space medicine community having received training in space disciplines at the International Space University (ISU), Flight Surgeon training with DRDC (Defense Research and Development Canada) and at the Johnson Space Center. Dr Saary has served on the Board of Directors of the Canadian Alumni of the International Space University for several years and is also a reviewer for Aviation, Space, and Environmental Medicine scientific journal. She has served as a consultant to the Canadian Space Agency, the Canadian Forces Central Medical Board at DRDC-Toronto and serves as a Civil Aviation Medical Examiner with Air Canada. She has been involved with the ISS Medical Program since 2010 and has served as Chair of the ISS Medical Standards and Health Working Group for the last 3 years and is intimately knowledgeable of the medical standards required for spaceflight, the ISS medical operations and standards community, and the ISS Medical program as a whole. She has previously served on the CSA medical board and in that capacity has conducted thorough medical evidence reviews for the provision of expert clinical advice regarding astronaut medical qualification for ISS flight. Through these activities Dr. Saary has formed the required trusting and cordial relationships with her counterparts from all the ISS partner Agencies. It should be noted that having the establishment of such relationships is important for the performance of tasks outlined as decisions within the ISS Working Groups need to be reached by consensus.

    6.0 Period and value of the Proposed Contract
    The contract is to be issued from contract award date (est. Sept. 2016) to March, 2021 for an estimated value of $220,000 plus applicable taxes, with options to renew for up to an additional 4 years at an estimated value of $40,000 each year, plus applicable taxes, for a total contract entry value of $380,000, plus applicable taxes.
    Section 6 of the Government Contract Regulations is being invoked in this procurement as only one person or firm is believed capable of performing the contract.

    The Canadian Space Agency is exempt from all of Canada’s national and international trade agreements.

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    The file number, the CSA contact name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.

    Contact:

    Robert Kardum
    Contracting Officer, Procurement and Contract Administration, Finance Directorate
    Canadian Space Agency / Government of Canada
    Robert.Kardum@canada.ca / Tel: 450-926-4492 / Fax: 450-926-4969

    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
    Canadian Space Agency
    Address
    6767 Route de l'Aéroport
    Saint-Hubert, Quebec, J3Y 8Y9
    Canada
    Contracting authority
    Kardum, Robert
    Phone
    450-926-4492
    Fax
    450-926-4969
    Address
    6767 route de l'Aéroport
    St-Hubert, QC, J3Y 8Y9
    CA

    Buying organization(s)

    Organization
    Canadian Space Agency
    Address
    6767 Route de l'Aéroport
    Saint-Hubert, Quebec, J3Y 8Y9
    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: