SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Community Maintenance Programs

Solicitation number 21280-19-3038938

Publication date

Closing date and time 2019/03/08 13:00 EST


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of requirement:

    The Correctional Service Canada has a requirement for the delivery of programs to offenders. These programs play an essential role in the successful reintegration of offenders as productive law-abiding citizens. The Correctional Service of Canada (CSC) will refer candidates who meet the selection criteria to the Contractor.The work will involve the following:

    1.1 Objectives:

    The ICPM - Community Maintenance Programs - Multi-target is an integrated self-management program for moderate or high-risk offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre of Correctional Programs (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations, obstacles, and high-risk situations to reduce risk to re-offend.

    The ICPM - Community Maintenance Programs Sex offender is an integrated self-management program for moderate or high-risk sex offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre

    Of Correctional Programs, (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations obstacles and high-risk situations to reduce the risk to re-offend.

    1.2 Tasks:

    The Contractor/Facilitator shall:

    1. Provide delivery of the requested number of sessions (whether ICPM MT or CMP SO) to offenders referred by CSC, depending upon the need and according to national directives, policy, guidelines and the ICPM Community Maintenance Multi-Target Program Manual.
    2. The Contractor will provide the delivery of 2-hour group sessions for up to ten (10) participants. In addition, one-on-one interventions will be provided for participants who were absent during group sessions in order to cover content missed. This is part of the all-inclusive session fee.
    3. Obtain necessary program materials and prepare lesson plans. The Contractor shall adhere to the course content by providing all modules for the ICPM Community Maintenance Programs as outlined in the program manual;
    4. Provide classroom space, program equipment and supplies, and all administrative services associated with the project;
    5. Programs are to be delivered in the evenings, but could be delivered during the day as well based on the client availability and client need;
    6. Each session follows the same process (see below) and is approximately two hours in duration (and may include a break of up to 15 minutes):
      • Roundtable and introductions (30 minutes)
      • Grab bag (optional)
      • Structured segment, each focusing on a specific theme and skills set (50-60 minutes)
      • Update self-management plan (10 minutes)
      • Wrap-up (5-10 minutes)
    7. For all individuals who meet the criteria for ICPM CMP MT and CMP SO and the facilitator(s) shall:
      • Conduct file review
      • Complete pre-program semi structured interview and document its occurrence in a case work record
      • Complete pre/post program testing (i.e. GPPM and personal target ratings) and assessment interviews as required, document the interviews’ occurrence in case work records and ratings in OMSR system in accordance with program policy timeframes
      • Ensure understanding and signing (or refusal to sign) of program consent form prior to program commencement while documenting such in a casework record in OMS. The consent to participate is placed on the Education and Training File
      • Ensure to set up meeting for those participants who failed to attend a session and cover content missed. This should not be counted as an extra session and must be inclusive in the session rate
      • Offenders will participate in a 12-session cycle unless determined otherwise in consultation with the Program Manager at CSC. If it is determined that an offender will require more sessions, an interim report shall be completed in accordance with the program template. 
      • All reports shall be forward for review and approval by the Departmental Representative. Review the report with the participant and document same in a casework record. 
    8. Consult or provide feedback, as required, with each participant’s parole officer with reference to the conduct, attendance, the clients’ response to individual’s in-group and individual treatment including gathering collateral parole officer information for the completion of the final report.
    9. Immediately, or within a 24 hours period, provide verbal (phone call) and written report (casework record in the Offender Management System) of non-scheduled absences from group or individual sessions to the subject’s parole officer
    10. Consult with the offender’s parole officer and Program Manager prior to removing the participant from the program
    11. Should the client’s behaviour deteriorate or should he be in violation of any release conditions while attending these sessions, the Contractor shall immediately inform CSC personnel so appropriate action can be taken to ensure public safety; this action may, result in the temporary removal of the client from the community.
    12. As per most recent Commissioner’s Directive 726 – Correctional Programs, the facilitator will complete a casework record in OMS (unless at a site where there is no connectivity) within one working day when:
      • There is an offender contact which is not a requirement of the program,
      • An individual interview is completed with the offender,
      • A make-up session has been completed,
      • There is sharing of information regarding offender participation in the program, and
      • If there is significant information for the Case Management Team
    13. The facilitator is expected to enter a monthly casework record to document session dates and numbers for each attending participant. This record of attendance should be entered prior to the end of each month in the Offender Management System (OMS).
    14. Maintain statistical data on each offender as required by National, Regional and/or District Policies and forward to NHQ. Post program work requires all data collected and administered to be managed in accordance with the program documentation guide or forwarded to the Program Manager or designate for the site.
    15. Maintain a program attendance sheet indicating the names of the participants of the program, the session attended, any missed/made up sessions, and notation of case work records entered (which must be forwarded with monthly invoice to Project Authority)
    16. The Contractor must advise CSC in writing when changes occur within the delivery of the program, such as a schedule change and facilitator availability
    17. The Facilitator(s), or a Contractor designate, for the ICPM – Community Maintenance Programs may be require to attend or provide input to the Correctional Intervention Board (CIB). This communication with CIB assists the correctional intervention and case management process. 

    1.3 Expected results:

    As part of its mandate, the Correctional Service of Canada (CSC) has a requirement for the delivery of programs to offenders. These programs play an essential role in the successful reintegration of offenders as productive law-abiding citizens. The Correctional Service of Canada (CSC) will refer candidates who meet the selection criteria to the Contractor.

    The ICPM - Community Maintenance Programs - Multi-target is an integrated self-management program for moderate or high-risk offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre of Correctional Programs (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations, obstacles, and high-risk situations to reduce risk to re-offend.

    The ICPM - Community Maintenance Programs Sex offender is an integrated self-management program for moderate or high-risk sex offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre

    Of Correctional Programs, (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations obstacles and high-risk situations to reduce the risk to re-offend.

    1.4 Deliverables:

    1.4.1

    • CASEWORK RECORDS are to be completed for each case for one on one and make up sessions following the delivery of each session, within one working day. All other related entries (i.e. progress related to session topic) are to be forwarded prior to the end of each month
    • FINAL/INTERIM PROGRAM REPORTS shall be entered in OMS eight (8) working days following a 12-session cycle since program assignment. Once the report is completed, an email is to be forwarded to clerical staff for entry into OMS and to the Program Manager for Quality Review once it has been entered in the Offender Management System. When OMS Connectivity is available to the Contractor, with Secure Email, the Program Reports and Casework records shall be processed as follows:
      • The Contractor shall enter the report and casework record in OMS and advise the administrative assistant to the programs department that the report has been entered.
      • The Contractor will advise the Program Manager that the report has been entered and is ready to be reviewed.
      • The Contractor will also relay the assignment status of the offender as it related to the reason for the final report. 
    • GPPM AND PPM RELATED DATA SHALL BE ENTERED FOR EACH OFFENDER AS PER PROGRAM MATERIAL/POLICY

      1.4.2 Paper consumption:

      a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

      b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

      c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

      1.5 Constraints:

      1.5.1 Location of work:

      a. The Contractor must perform the work at St.John’s and Corner Brook Area Office.

      b. Travel

      No travel is anticipated for performance of the work under this contract.

      1.5.2 Language of Work:

      The contractor must perform all work in English.

      1.6.3 Security Requirements:

      This contract includes the following security requirements:

      IT Security Requirements

      The IT Security Requirements are derived from the Operational Security Standard: Management of Information Technology Security (MITS).

      The requirements below apply to the above-noted contract and all contractors therein who access information of PROTECTED level sensitivity and use PROTECTED IT Equipment defined as: All Information Technology (IT) equipment and devices (such as, but not limited to, computers, laptops, USB flash drives, optical discs, memory cards, tablets) that are used to store and/or process information of PROTECTED level sensitivity.

      1. Any suspected loss or theft of PROTECTED information must be reported by the Contractor to the Project Authority within 2 hours of detection.

      2. All PROTECTED IT Equipment must be located in a space that meets the requirements of an Operations Zone as defined in the Treasury Board’s Operational Security Standard on Physical Security.

      3. All PROTECTED information in the Contractor’s custody stored, processed and/or shared electronically must be encrypted using a product that meets Government of Canada (GC) encryption standards as defined in ITSA-11E CSEC Approved Cryptographic Algorithms for the Protection of Sensitive Information and for Electronic Authentication and Authorization Applications within GC and protected by a strong password (minimum 8 characters, uppercase letters, lowercase letters and numbers).

      4. All PROTECTED information in the Contractor’s custody must be stored in Canada only. Storage of PROTECTED information outside Canada is prohibited. Only Canadian-based cloud storage services that are specifically-authorised by the department may be used to store PROTECTED information; all other cloud services are prohibited.

      5. Current antivirus software must be installed and enabled with the most current virus definitions, updates and maintained on all PROTECTED IT Equipment.

      6. The Operating System (OS) of all computers used to store or process PROTECTED information must be vendor-supported, i.e. current security patches must be available and the product must not have reached end of life, and the latest versions of OS and applications security patches must be installed.

      7. Each authorized user who accesses PROTECTED IT Equipment must have use their own unique account with user-level privileges and protected by a strong password. Computer accounts must not be shared. Computer accounts with Administrator-level privileges must be used for system administration tasks only and must not be used to access the Internet.

      8. Security event logging must be enabled and logs kept for a minimum of 1 month on all PROTECTED IT Equipment.

      9. A password protected screen saver set to 15 minutes or less must be enabled on all PROTECTED IT Equipment.

      10. All PROTECTED IT Equipment that is connected to the Internet must reside behind a network router that is securely-configured using industry best practices (e.g. NAT-enabled firewall, password-protected and documented configuration, security logging enabled, maintained and reviewed, and filtered access).

      11. All PROTECTED IT Equipment must have its hard drives (and other internal storage) containing PROTECTED information removed and secured with the Contractor prior to the equipment being removed from the Contractor's premises for service.

      12. If it has been determined that a hard drive used to store and/or process PROTECTED information is no longer serviceable, the hard drive must be removed from its host equipment and surrendered to the Project Authority for destruction.

      13. When devices such as computer hard drives and portable data storage devices are no longer required to store or process PROTECTED information, the information must be securely destroyed in accordance with ITSG-06 Clearing and Declassifying Electronic Data Storage Devices. Any PROTECTED information stored on approved cloud storage services must also be deleted when no longer needed.

      14. When PROTECTED information is displayed on a computer screen or viewed in printed format, it must not be viewable by unauthorized persons.

      15. Any remote access to the Contractor's Information System and the PROTECTED information contained therein, including all remote connections to computers and other network devices, must be secured using industry best practices, e.g. encrypted connection, two-factor authentication, security logging, split tunneling disabled, access control lists, Contractor-provided and standard remote access software. Any party using the remote access must also meet all requirements listed in this document.

      In addition, for contracts where a connectivity requirement has been identified in the SRCL (i.e. “yes” to question 11e), the following IT Security requirements must be met:

      16. All PROTECTED equipment that has access to OMS, its ancillary applications or CSC’s email system must meet the following requirements:

      a. The BIOS is password-protected.

      b. The BIOS is configured to allow booting only from the C: drive.

      c. All wireless capability is disabled.

      d. The system is locked or shut down when not in use.

      17. All PROTECTED equipment that has access to OMS, its ancillary applications or CSC’s email system must never have the following installed and/or used on the equipment:

      a. Hacking tools that could circumvent security controls.

      b. Peer-to-peer (P2P) software used to communicate with other systems over the Internet

      c. Client-server software such as web servers, proxy servers or file servers, except Citrix Receiver.

      d. Webmail services except Outlook Web Access to connect to CSC.

      e. Remote-control software (unless specifically-authorised by the department).

      f.  Cloud services (e.g. Google Drive, Dropbox, Apple iCloud), unless specifically-authorised by the department (see Requirement 4).

      Departmental Security – Physical and Personnel

      In addition to the aforementioned items, compliance with the following items below is assumed through Designated Organization Screening (DOS) and Document Safeguarding Capability (DSC) verifications conducted by CISD:

      • Each Contractor, Contractor’s agents, subcontractors, volunteers or any other parties requiring access to PROTECTED information must hold a valid RELIABILITY STATUS security clearance, granted by the Canadian Industrial Security Directorate (CISD) of Public Works and Government Services Canada (PWGSC) and have a legitimate need-to-know for the information provided.

      • When not in use, all portable data storage devices containing PROTECTED information must be secured in a security container that meets GC security standards within an Operations Zone.

      • All documentation produced or completed by the Contractor which contains PROTECTED information must have its sensitivity labeled in the upper right hand corner on the face of each page of the document. Also, all removable storage media such as USB devices and backup tapes must be labelled with the sensitivity level of the information contained therein, e.g. PROTECTED.

      2. Criteria for assessing the statement of capabilities (minimum essential requirements):

      Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

      Demonstrate that their firm/organization have at least one (1) year of experience within the last five (5) years in project(s) involving counselling and/or intervention services with at-risk clients in an organization that delivers services to persons who have been referred to them by a professional or federal or provincial department.

      Demonstrate that the proposed facilitator(s) have at least one (1) year of experience within the last five (5) years in assessing human behaviour.

      Demonstrate that the proposed facilitator(s) have at least one (1) year of experience within the last five (5) years in intervening with individuals and/or providing individual or group interventions aimed at changing human behaviour with various clientele, such as individuals who had: mental illness, been involved in the criminal justice system, been homeless, financial or personal problems which interfered or prevented them from functioning at work.

      Demonstrate that the proposed Facilitator(s) is a graduate from a recognized university in a field that focuses on understanding and assessing human behaviour (such as a BA in the area of Psychology, Sociology, Social Work, Criminology or Education);

      - OR –

      Demonstrate that the proposed Facilitator(s) is a graduate from a recognized university and an additional combination of post-secondary studies in a field that focuses on understanding and assessing human behaviour.

      Include complete résumés for each proposed facilitator(s)

      3. Applicability of the trade agreement (s) to the procurement

      This procurement is not subject to any trade agreement.

      4. Set-aside under the Procurement Strategy for Aboriginal Business

      This procurement is not subject to any set-asides for Aboriginal Suppliers.

      5. Comprehensive Land Claims Agreement (s)

      This procurement is not subject to a Comprehensive Land Claims Agreement.

      6. Justification for the Pre-Identified Supplier

      The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    • 7. Government Contracts Regulations Exception(s)

    • The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    • only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of one (1) year, from April 1st, 2019 to March 31st, 2020 with an option to extend the contract for four (4) additional one (1) -year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 380,070.00(GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: The John Howard Society of Newfoundland and Labrador Inc.

    Address: 342 Pennywell Road

    St. John’s Newfoundland

    A1E 1V9

    13. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is March 8th, 2019 at 2:00pm AST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Blanchet

    1045 Main Street, 2nd floor

    Moncton NB E1C 1H1

    Telephone: 506-851-7690

    Facsimile: 506-851-6327

    E-mail: Danielle.blanchet@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Blanchet, Danielle
    Phone
    506-851-7690
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Fax
    506-851-6327
    Address
    1045 Main Street
    Moncton, NB, E1C 1H1

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    Procurement method
    Competitive - Limited 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: