Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Comparative analysis of Drinking Water Advisories in on-reserve versus off-reserve public drinking water systems

Solicitation number 1000186012

Publication date

Closing date and time 2016/12/29 14:00 EST


    Description

    TASK Based Professional Services (TSPS) Requirement

    Please note that the TSPS NPP MUST be published simultaneously with the issuance of the invitation to suppliers.

    This requirement is for: Health Canada

    This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 ($0 - $2M) for the following category (ies): 2.12 Evaluation Services Consultant

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

    1. BDO Canada LLP
    2. Delta Partners Inc
    3. Groupe Intersol Group Ltee
    4. International Safety Research Inc
    5. KSAR & ASSOCIATES INC
    6. Lansdowne Technologies Inc
    7. Maplesoft Consulting Inc
    8. Michael Wager Consulting Inc
    9. Modis Canada Inc
    10. Performance Management Network Inc
    11. Phirelight Security Solutions Inc
    12. Project Services International (PBJRT) Inc
    13. Samson & Associés CPA/Consultation Inc
    14. Stratos Inc
    15. TPG Technology Consulting Ltd.

    Description of the Requirement:

    The Department of Health Canada has a requirement for the services of a contractor to conduct a comparative analysis of Drinking Water Advisories (DWAs) in on-reserve First Nations communities versus off-reserve communities. The analysis will be limited to small public drinking water systems (serving 5000 people or less), and will be broken down by province. The DWA comparative analysis will constitute at least 95% of the overall workload for this contract. An additional but separate research question – concerning levels of compliance (for off-reserve public water systems only) with provincial regulatory requirements for bacteriological monitoring frequency – will be posed by the contractor during interviews undertaken with provincial representatives as part of the above requirement. This component will constitute at most, 5% of the overall workload of this contract. 

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

    x 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

    x 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:

    NAFTA

    Proposed period of contract:The proposed period of contract shall be from Contract Award to March 31, 2018

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 270 (days)

    File Number: 1000186012

    Contracting Authority: Shari Rochon

    E-Mail: shari.rochon@hc-sc.gc.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

    • North American Free Trade Agreement (NAFTA)

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Rochon, Shari
    Phone
    613-941-2147
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    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 - 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: