Evaluation of the Defence Procurement
Solicitation number 4W001-18-5104
Publication date
Closing date and time 2018/01/08 10:00 EST
Description
SOLUTIONS 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: Western Economic Diversification
This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSSB who qualified under “Tier 1” (= $0 - $2M) for the following stream(s): Business Consulting/Change Management Services.
The following SA Holders have been invited to submit a proposal:
- Deloitte Inc.
- DPRA Canada Incorporated
- Ference & Company Consulting Ltd.
- Goss Gilroy Inc.
- Holonics Inc.
- KPMG LLP
- Lansdowne Technologies Inc.
- MGIS Inc..
- Nortake Software Ltd.
- PRA Inc.
- Program Evaluation and Beyond Inc.
- Reseau Circum Inc.
- Science-Metrix Inc..
- The Institute on Governance
- .The Strategic Review Group Inc.
Description of the Requirement:
The Planning and Reporting Unit within Western Economic Diversification is seeking Professional Services to conduct an evaluation of the Defence Procurement/ITB Priority. Period will be from date of contract award to July 31, 2018.
The evaluation will look at WD activities in defence procurement from December 2014 (since the introduction of the new Industrial and Technological Benefits (ITP) Policy) to March 31, 2017 with the aim of informing future delivery.
The review would examine the advocacy, coordination, convening, and business development activities of the department’s defence procurement/ITB team.
The scope and focus for the evaluation include:
- assessment of the value, including the cost/benefit, of current activities in defence procurement/ITB by WD;
- assessment of areas where WD’s approach could be changed or updated in light of changes in the defence procurement environment, particularly those stemming from changes to the Industrial and Technological Benefits Policy and the implementation of a Value Proposition on Canadian defence procurement projects;
- comparison of WD’s defence procurement and ITB roles, responsibilities and activities relative to other jurisdictions, particularly other Regional Development Agencies, as well as other participants in defence procurement/ITB business development such as provincial governments, industry associations and consultants;
- assessment of internal governance structures for defence procurement, and the efficiency and economy of the resourcing to deliver on activities in support of the priority;
- assessment of ways to optimize the capture and share information about western Canadian capabilities needed to be able to deliver services in support of the priority;
- possible synergies and complementarities with other areas of the Department’s mandate; and,
- examine and recommend ways in which the ITB policy and WD ITB activities could be used to support WD’s new priorities of Cluster Growth and Inclusiveness (including Indigenous Economic Growth);
- assessment and recommendations of performance metrics to report on WD ITB activities; and,
- lessons learned and potential improvements to the design and delivery of departmental activities in support of defence procurement.
Task 1: Develop a comprehensive Work Plan and Schedule
Task 2: Develop a comprehensive evaluation framework for the evaluation based on the scope and focus
Task 3: Develop a methodology for data collection, including consultations/interviews;
Task 4: Provide technical reports for each line of evidence;
Task 5: Conduct the evaluation;
Task 6: Present and report on findings for the evaluation; and
Task 7: Administrative Tasks
Level of Security Requirement:
Company Minimum Security Level Required: N/A
Resource Minimum Security Level Required: Secret
Applicable Trade Agreements:
The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).
Associated Documents:
N/A
Proposed period of contract:
The proposed period of contract shall be from contract award to July 31, 2018.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 150 Days.
File Number: 4W001-18-5104
Contracting Authority: Nancy Henderson
Phone Number: 613-324-9550
E-Mail: nancy.henderson@canada.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
-
Canada-Panama 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
-
Western Economic Diversification Canada
- Address
-
9700 Jasper Avenue, Suite 1500Edmonton, Alberta, T5J 4H7Canada
- Contracting authority
- Henderson, Nancy
- Phone
- 613-324-9550
- Email
- nancy.henderson@canada.ca
- Address
-
90 Sparks Street, Suite 341Ottawa, ON, K1P 5B4CA
Buying organization(s)
- Organization
-
Western Economic Diversification Canada
- Address
-
9700 Jasper Avenue, Suite 1500Edmonton, Alberta, T5J 4H7Canada
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.