E60ZN-16TSPS - Task Authorization – Economic and Financial Analysis Services for Emergency Management Initiatives
Solicitation number 201708043
Publication date
Closing date and time 2017/06/16 14:00 EDT
Last amendment date
Description
Task and Solutions Professional Services
Supply Arrangement for Task Based Services: E60ZN-16TSPS
TIER 1 (< $2M)
Financial Specialist
The Request for Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement.
This requirement is open only to the following companies:
ADGA Group Consultants Inc.
ADRM Technology Consulting Group Corp.
BDO Canada LLP
Calian Ltd.
CGI Information Systems and Management Consultants Inc.
Cistel Technology Inc.
Deloitte Inc.
Emerion
Ernst & Young LLP
Fiscal Realities Economists Ltd.
FMC Professionals Inc.
IBM Canada Ltd.
KPMG LLP
Lannick Contract Solutions Inc.
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
MMM Group Limited
Portage Personnel Inc.
Pricewaterhouse Coopers LLP
QMR Staffing Solutions Incorporated
Raymond Chabot Grant Thornton Consulting Inc.
S.i. Systems Ltd.
Stantec Consulting Ltd.
Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
TDV Global inc.
verTerra corp.
One contract will be awarded.
1. TITLE
Task Authorization – Economic and Financial Analysis Services for Emergency Management Initiatives
2. OBJECTIVE
To obtain as and when required professional services for economic and financial analysis of different and Emergency Management related initiatives.
3. DELIVERABLES
The Contractor will be required to (but not limited to) provide the following deliverables (as and when required). Specific Deliverables shall be identified in each task authorization.
- Work plans providing an outline and timeline for the required economic or financial analysis work.
- Economic and financial models
- Reports on financial and/or economic analysis with supporting data to demonstrate the base-data and how the analysis was conducted including assumptions and considerations.
- PowerPoint presentations summarizing information in accompanying report or data-set.
4. PERIOD OF WORK
The Work is to be performed from date of contract award to March 31 2018. With an additional one year optional period.
5. BASIS OF SELECTION
Mandatory Technical Criteria
6. ENQUIRIES – SOLICITATION STAGE
All enquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the bid closing date. Enquiries received after that time may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.
7. SECURITY
This requirement contains no security requirement.
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)
Contact information
Contracting organization
- Organization
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada
- Contracting authority
- Maloney, Krystal
- Phone
- 613-949-9921
- Email
- Krystal.maloney@canada.ca
- Address
-
340 Laurier Ave. WestOttawa, ON, K1A 0P8CA
Buying organization(s)
- Organization
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada
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.