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 West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Maloney, Krystal
    Phone
    613-949-9921
    Email
    Krystal.maloney@canada.ca
    Address
    340 Laurier Ave. West
    Ottawa, ON, K1A 0P8
    CA

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Bidding details

    Summary information