RFP – Office Ergonomic Assessments

Solicitation number W6369-17-X014

Publication date

Closing date and time 2016/11/18 14:00 EST

Last amendment date


    Description

    Request for Proposal (RFP) – Office Ergonomic Assessments

    BACKGROUND

    The Department of National Defence (DND) has a requirement for office ergonomic assessment services.

    REQUIREMENT

    The period of the contract, if awarded, will be from date of contract award to 31 March 2018 plus four (4) one-year options.

    Tasks and Deliverables are detailed in Annex “A” of the Request for Proposal.

    Mandatory Criteria include, but are not limited to, the following:

    1. The Bidder must demonstrate that they have a minimum of three (3) years of experience prior to bid closing in providing office ergonomic assessment services to outside clients* from large organizations** in both official languages (English and French).

    The Bidder must provide the following background information:

    • Name of outside client organizations;
    • Start and end date;
    • Roles and responsibilities; and
    • Language(s) of services provided.

    *Outside client refers to a client that is external to the Bidder's own organization. Parent companies, affiliates, and subsidiaries are considered internal.

    **For the purposes of this solicitation, a large organization is defined as:

    • An outside client with more than two (2) locations; and

    Requiring a minimum of 30 office ergonomic assessments per month.

    2. The Bidder must demonstrate that they have a minimum of three (3) years of experience prior to bid closing in providing office ergonomic assessment services to outside clients* in the following resource domains or categories:

    The Bidder must demonstrate that have provided office ergonomic assessments by:

    1. Registered Kinesiologists (R.KIN).

    Refer to the following link: http://www.coko.ca/en/home/apply/start-application

    2. Registered Physiotherapists (PT Reg).

    A registration with any Canadian province is acceptable. Refer to the following link: http://www.physiotherapy.ca/Home

    *Outside client refers to a client that is external to the Bidder's own organization. Parent companies, affiliates, and subsidiaries are considered internal.

    3. The Bidder must demonstrate that each proposed resource is registered in one (1) of the following groups. There must be at least (1) Registered Kinesiologist and at least (1) Registered Physiotherapist proposed amongst these resources:

    1. Registered Kinesiologist (R.KIN).

    A registration with any Canadian province or territory is acceptable. Refer to the following link: http://www.coko.ca/en/home/apply/start-application

    2. Registered Physiotherapists (PT Reg).

    A registration with any Canadian province or territory is acceptable. Refer to the following link: http://www.physiotherapy.ca/Home

    Additionally, the Bidder may also propose optional resources that are certified or a graduate in one (1) of the following groups:

    1. Certified Ergonomist (CCPE in Canada).

    Refer to the following link: http://www.ace-ergocanada.ca/index.php?contentid=139

    A valid Canadian Ergonomic Certification or any of the Ergonomic Certifications listed below are acceptable:

    2. Masters specialization in Ergonomics and/or Physiotherapy and/or Kinesiology or equivalent Master’s degree from a recognized* Canadian university or the equivalent as established by a recognized* Canadian academic credentials assessment service, if obtained outside Canada.

    *The list of recognized organizations can be found under the Canadian Information Centre for International Credentials website (http://www.cicic.ca/2/home.canada).

    3. Registered Occupational Therapist (OT Reg).

    A registration with any Canadian province or territory is acceptable. Refer to the following link: http://www.coto.org/registration/

    4. The Bidder must demonstrate for each proposed resource(s) meeting MT3 that each have conducted, at minimum, 25 ergonomic assessments each within the past two years to outside clients*.

    *Outside client refers to a client that is external to the Bidder's own organization. Parent companies, affiliates, and subsidiaries are considered internal.

    The Mandatory Criteria and Rated Criteria are detailed in the Request for Proposal (RFP). 

    Where this notice and the RFP differ, the RFP will prevail.

    The Department of National Defence reserves the right not to award a Contract, regardless of the responses it receives.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Mangone, AnnaMaria
    Phone
    819-939-8485
    Address
    101 Colonnel By
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    004 FR 5
    004 EN 20
    003 FR 1
    003 EN 15
    002 FR 3
    002 EN 18
    001 FR 3
    001 EN 24
    000 FR 12
    000 EN 87

    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
    World
    Procurement method
    Competitive – Open Bidding
    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: