SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Safety of resupply operations in Artic regions - marine shipping industry

Solicitation number T8080-170248

Publication date

Closing date and time 2017/11/17 13:00 EST


    Description

    This requirement is for: Transport Canada

    This requirement is open only to those invited against the Pro Services SA holders, who qualified under the Business Consulting/Change Management stream 9,

    • for One (1) senior level 3 – Business Consultant; and
    • One (1) Intermediate level 2 - Business Consultant.

    One contract will be awarded.

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

    1. Acosys Consulting Services
    1. Adirondack Information Management Inc. The AIM Group Inc. (joint venture)
    1. ADRM Technology Consulting Group Corp.
    1. Aniko Consultants Inc., 8186952 Canada Inc. (joint venture)
    1. Auguste Solutions and Associates Inc.
    1. Dalian Enterprises and Coradix Technology Consulting (joint venture)
    1. Koroc Consulting Inc., Isheva Inc. (joint venture)
    1. Makwa Resourcing Inc., TPG Technology Consulting Ltd. (joint venture)
    1. Mobile Resource Group Inc.
    1. NATTIQ Inc.
    1. Naut’sa mawt Resources Group Inc.
    1. Northern Brainwaves Consulting Inc.
    1. OLAV Consulting Corp., Moshwa Aboriginal Info. Technology Corp. (joint venture)
    1. Orbis Risk Consulting Inc.
    1. Orbis Risk Consulting Inc., Okwaho Management Resources Inc. (joint venture)
    1. Symbiotic Group Inc.
    1. Transpolar Technology Corporation, The Halifax Computer Consulting Group (joint venture)
    1. Turtle Island Staffing Inc.
    1. Turtle Technologies Inc.

    Request for proposal (RFP) documents will be e-mailed directly from the contracting officer to the qualified SA holders who are invited to bid on this requirement.

    Note:

    Bidders are advised that BuyandSell.gc.ca is not responsible for the distribution of the solicitation documents.

    Notification of Proposed Procurement is as well sent to all Comprehensive Land Claim groups.

    Security requirement: Reliability level (or higher) at bid closing.

     Description of the requirement: 

    Transport Canada requires the services for One (1) senior level 3 - Business Consultant and One (1) intermediate level 2 – Business Consultant.

    Background: 

    The need for increase safety of resupply operations has been identified by territorial and by the marine shipping industry serving the Arctic.

    Conduct an evaluation to identify specific needs for safety equipment and basic marine infrastructure to improve the safety of resupply operations in Canada’s north in order to protect residents, workers and the environment in coastal communities reliant on sealift resupply.

    Develop a matrix to prioritize investments (by community and, within each community, by type of investment) according to the risk posed by the lack of or limited equipment and basic marine infrastructure.

    Objective: 

    The results of this analysis will inform the implementation of a program designed to increase the safety of resupply operations in northern coastal communities.

    The Contractor will conduct the assessment and prepare a report and a presentation, which will include the three (3) requirements detailed below.

    1. Identification of communities and needs such as;
    • reliant on sealift resupply;
    • list current equipment and basic marine infrastructure;
    • identify gaps and needs for safety equipment and basic marine infrastructure (for next ten (10) years); and
    • List observations, comments and risks.
    1. Matrix prioritizing investments
    2. Analysis of the Makivik / Nunavik experience

    Proposed period of contract: 

    The proposed initial period of contract shall be from contract award to January 12, 2018 for an estimated 60 days.

    With an option to extend the contract up to March 31, 2018.

    Inquiries regarding this RFP are to be submitted to the Contracting Authority listed below.

    File Number: T8080-170248

    Contracting Authority: Céline Chartrand

    Phone Number: 613-949-7320

    E-Mail: celine.chartrand@tc.gc.ca

    NOTE: Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact proservices@tpsgc-pwgsc.gc.ca.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Chartrand, Celine
    Phone
    613-949-7320
    Email
    celine.chartrand@tc.gc.ca
    Address
    330 Queen Street, Place de Ville, TWR C
    Ottawa, ON, K1A 0N5
    CA

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    Northwest Territories, Nunavut Territory, Ontario (except NCR), Quebec (except NCR), Yukon, Canada, National Capital Region (NCR), Aboriginal Lands
    Procurement method
    Competitive – Selective Tendering

    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: