Strategic and Advisory Services related to Climate Change Adaptation in First Nation Communities South of 60° - SOA

Solicitation number 1000191765

Publication date

Closing date and time 2017/11/09 14:00 EST

Last amendment date


    Description

    RFSO NUMBER: 1000191765

    PROJECT TITLE: Strategic and Advisory Services related to Climate Change Adaptation in First Nation Communities South of 60° - Standing Offer Agreement

    SUMMARY:

    In order to ensure that DIAND has the timely and specialized expertise required to support the development of adaptation measures to address the impacts of Climate Change in First Nation Communities south of the 60th parallel, the Climate Change and Clean Energy Directorate (CCCED) of DIAND requires the services of Offerors capable of providing DIAND with Strategic, Advisory and Technical Services.

    The overall objective of an Offeror’s work will be to support program implementation and policy development surrounding Climate Change Adaptation activities nation-wide in First Nation communities south of the 60th parallel via the provision of:

    • Technical services and advice; and
    • Strategic program and policy analysis and advice.

      The Standing Offer(s) period will be from award to March 31, 2020 inclusive with an additional two (2) one (1) year option periods.

    Security: Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance.

    Work Stream 1 - STRATEGIC PROGRAM AND POLICY ADVISORY SERVICES

    1. Corporate Profile

      The Bidder MUST provide a company profile and corporate resume demonstrating the Bidder’s knowledge and experience in the provision of services relevant and similar to this work-stream as defined in the Statement of Work (SOW). At a minimum, the Bidder MUST include within the profile:

      The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, partners or subcontractors);

      A written description of approximately 1000 words indicating the Bidder’s capabilities as a firm, including the Bidder’s resource availability and access to back-up resources, and the extent of the Bidder’s experience in the provision of Strategic Program and Policy Advisory Services similar to those described in the work stream. This MUST include a description demonstrating the Bidder’s experience and capability as a firm to provide services in Climate Change Adaptation in, and as related to First Nations in the South.

    2. Project Summaries

      The Bidder MUST provide three (3) written project summaries describing in detail the Bidder’s experience in successfully providing Strategic Program or Policy Advice services related to Climate Change Adaptation, relevant and similar to this work-stream as defined in the SOW. Projects MUST have taken place during the past five (5) years.

      * If more than three (3) projects are included within the Bidder's proposal, the Evaluation Committee will only consider the specified number of projects (no more than 3), in the order in which they are first presented in the Bidder's Proposal.

      The following factors MUST be met by at least one (1) project summary. Any single project may demonstrate more than one (1) of the following factors. Not all projects must demonstrate one (1) of the below, however, all factors below are required to be demonstrated by the three (3) project summaries:

      At least one (1) project summary cited MUST demonstrate direct, applied experience with Climate Change Studies relating to First Nations communities.

      At least one (1) project summary cited MUST demonstrate direct, applied experience working with First Nation communities in the South. This may include, but is not necessarily limited to, projects in which First Nations were directly consulted, projects completed for a First Nation, or projects that involved service delivery within a First Nation.

      At least one (1) project summary cited MUST demonstrate the provision of these services for a Federal Government client.

      The Bidder MUST provide the name and relevant contact information of the client project authority to whom the Bidder reported.

      The Bidder MUST include Project Reference Forms (see Appendix A) completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee must be submitted as part of the Bidder's Proposal. The Bidder MUST NOT sign reference forms on behalf of the referee.

      DIAND reserves the right to contact the named client project authority to verify the information contained within the submitted project summaries.

      In the event that any one (1) cited client reference provides a negative response in regard to the veracity and/or accuracy of the information contained within the Bidder’s submitted project summary, DIAND reserves the right to deem the Bidder’s proposal non-compliant, whereupon no further consideration will be given.

      The onus is on the Bidder to provide sufficient information to demonstrate it meets the above stated requirements. A simple reiteration of the contents of the RFSO will not be considered.

    3. Proposed Resources

      The Bidder MUST propose a resource team to perform the work described within the work stream, composed of the following numbers and categories of resources:

    • Two (2) Project Managers;
    • Two (2) Senior Analysts;
    • Two (2) Analysts;

      The Bidder must include a detailed CV for each resource proposed.

    Named resources cannot be proposed in more than one (1) Resource Category. Only two (2) resources will be evaluated per Category.

    If more than two (2) resources are proposed, the Evaluation Committee will only consider two (2) resources in the order in which they are first presented in the Bidder’s proposal.

    Proposed resources MUST meet all of DIAND’s minimum qualification requirements for the Resource Category in which they are proposed, as described in section SW7.2 ‘Resource Categories and Qualifications’ of the SOW.

    At least one (1) resource of the Bidder’s team in the Project Manager or Senior Analyst categories MUST be able to provide service in French. The Bidder MUST identify within its Proposal which of its resources are capable of providing the services in French.

    Work Stream 2 - TECHNICAL ADVISORY SERVICES

    1. Corporate Profile

      The Bidder MUST provide a company profile and corporate resume demonstrating the Bidder’s knowledge and experience in the provision of services relevant and similar to this work-stream as defined in the Statement of Work (SOW). At a minimum, the Bidder MUST include within the profile:

      The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, partners or subcontractors);

      A written description of approximately 1000 words indicating the Bidder’s capabilities as a firm, including the Bidder’s resource availability and access to back-up resources, and the extent of the Bidder’s experience in the provision of Technical Advisory Services similar to those described in the work stream. This MUST include a description demonstrating the Bidder’s capability and experience as a firm to provide services in Climate Change Adaptation in, and as related to First Nations in the South.

    2. Project Summaries

      The Bidder MUST provide three (3) written project summaries describing in detail the Bidder’s experience in successfully providing services relevant and similar to this work-stream as defined in the SOW. Projects MUST have taken place during the past five (5) years.

      * If more than three (3) projects are included within the Bidder's proposal, the Evaluation Committee will only consider the specified number of projects (no more than 3), in the order in which they are first presented in the Bidder's Proposal.

      The following factors MUST be met by at least one (1) project summary. Any single project may demonstrate more than one (1) of the following factors. Not all projects must demonstrate one (1) of the below, however, all factors below are required to be demonstrated by the three (3) project summaries:

      At least one (1) project summary cited MUST demonstrate direct, applied experience with Climate Change Studies, tools or assessments relating to First Nations communities.

      At least one (1) project summary cited MUST describe the provision of these services for a Federal or Provincial Government client.

      At least one (1) project summary cited MUST demonstrate direct, applied experience working with First Nation communities in the South. This may include, but is not necessarily limited to, projects in which First Nations were directly consulted, projects completed for a First Nation, or projects that involved service delivery within a First Nation.

      The Bidder MUST provide the name and relevant contact information of the client project authority to whom the Bidder reported.

      The Bidder MUST include Project Reference Forms (see Appendix B) completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee must be submitted as part of the Bidder's Proposal. The Bidder MUST NOT sign reference forms on behalf of the referee.

      DIAND reserves the right to contact the named client project authority to verify the information contained within the submitted project summaries.

      In the event that any one (1) cited client reference provides a negative response in regard to the veracity and/or accuracy of the information contained within the Bidder’s submitted project summary, DIAND reserves the right to will deem the Bidder’s proposal non-compliant, whereupon no further consideration will be given.

      The onus is on the Bidder to provide sufficient information to demonstrate it meets the above stated requirements. A simple reiteration of the contents of the RFSO will not be considered.

    3. Proposed Resources

      The Bidder MUST propose a resource team to perform the work described within the work stream, composed of the following numbers and categories of resources:

    • Two (2) Project Managers;
    • Two (2) Senior Technical Specialists; and
    • Two (2) Technical Specialists.

      The Bidder must include a detailed CV for each resource proposed.

    Named resources cannot be proposed in more than one (1) Resource Category. Only two (2) resources will be evaluated in each Category.

    If more than two (2) resources are proposed, the Evaluation Committee will only consider two (2) resources in the order in which they are first presented in the Bidder’s proposal.

    Proposed resources MUST meet all of DIAND’s minimum qualification requirements for the Resource Category in which they are proposed, as described in section SW7.2 ‘Resource Categories and Qualifications’ of the SOW.

    At least one (1) resource of the Bidder’s team in the Project Manager or Senior Analyst categories MUST be able to provide service in French. The Bidder MUST identify within its Proposal which of its resources are capable of providing the services in French.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • 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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Viner, Celine
    Phone
    celine.viner@canada.ca
    Email
    celine.viner@canada.ca
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    French
    13
    French
    13
    English
    13
    English
    13
    French
    11
    English
    11
    French
    11
    English
    11
    001
    French
    3
    001
    English
    20
    French
    15
    French
    18
    English
    18
    English
    15
    French
    22
    English
    22
    French
    25
    English
    25
    000
    French
    10
    000
    English
    93

    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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    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: