Task Authorization – Learning Services Requirement for General eLearning Services
Solicitation number 20191531/A
Publication date
Closing date and time 2019/10/18 14:00 EDT
Last amendment date
Description
Notice Proposed Procurement -Task Authorization - Learning Services Requirement for General eLearning Services
This requirement is for: Public Works and Government Services Canada
This requirement is open only to those Supply Arrangement Holders under E60ZH-1800LS who qualified under Tier 1 for the following category:
The Contractor must determine and identify which of the Learning Services Supply Arrangement resource categories and level will be required to perform the Work, on an “as and when requested basis”: Instructional Design and Development Services (Stream 2), Custom and Rapid eLearning Product Programming (Stream 3) and Multi-Media Design and Development (Stream 4).
The following SA Holders have been invited to submit a proposal.
List of Suppliers:
- Adirondack Information Management Inc., Redwood e-learning Systems in JOINT VENTURE
- Algonquin College of Applied Arts and Technology
- Calian Ltd, Instrux Media Corp. In Joint Venture
- Calian Ltd.
- Deloitte Inc.
- GEVC Inc.
- Hyperactive Productions Inc
- Instrux Media Corp.
- Modest Tree Media Inc.
- Pensivo Inc.
- RaceRocks 3D Inc.
- REDWOOD PERFORMANCE GROUP INC.
- The VCAN Group Inc., D.J. Films-Multimedia, Inc., IN JOINT VENTURE
- TLG Technologies for Learning Group
Description of the Requirement:
The purpose of this Statement of Work (SOW) is for a Contractor to develop eLearning and classroom products that includes analysis, design or redesign, development or redevelopment, testing and implementation of cost effective online training in both of Canada’s official languages (English and French) by using up-to-date and relevant technology (i.e., Articulate Storyline 2 or later version), as well as proven instructional design.
Estimated number of courses:
The Contractor understands and agrees that the following table provides an estimated number of courses by component made in good faith and are not to be considered in any way as a commitment from Canada.
Tasks: eLearning Training Products
Components:
Component I (Classroom to online, section 4.2.1)
Fiscal Year 2019-2020: 1
Fiscal Year 2020-2021: 1
Fiscal Year 2021-2022: 1
Component II (from format/ software to online, section 4.2.2)
Fiscal Year 2019-2020: 1
Fiscal Year 2020-2021: 1
Fiscal Year 2021-2022: 1
Component III (New eLearning, section 4.2.3)
Fiscal Year 2019-2020: 2
Fiscal Year 2020-2021: 2
Fiscal Year 2021-2022: 2
Tasks: Classroom Design
Components:
Component IV (Classroom courses, section 4.2.4)
Fiscal Year 2019-2020: 1
Fiscal Year 2020-2021: 1
Fiscal Year 2021-2022: 1
Level of Security Requirement:
Security Requirement for Canadian Supplier: Public Works and Government Services Canada File #Common-Professional Services Security Requirement Check List #6
- The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
- The Contractor/Offeror personnel requiring access to protected information, assets or sensitive work site(s) must EACH hold a valid reliability status, granted or approved by CISD/PWGSC
Applicable Trade Agreements:
·World Trade Organization Agreement on Government Procurement (WTO-AGP)
·North American Free Trade Agreement (NAFTA)
·Canada-Chile Free Trade Agreement (CCFTA)
·Canadian Free Trade Agreement (CFTA)
·Canada-Peru Free Trade Agreement
·Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
·Canada-Columbia Free Trade Agreement
·Canada-Panama Free Trade Agreement
·Canada-Korea Free Trade Agreement
·Canada-Honduras Free Trade Agreement
·Canada–Ukraine Free Trade Agreement
·Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Proposed period of contract:
The period of the Contract is from Contract Award date to March 31st, 2020 inclusive.
Option to Extend the Contract:
The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one-year period(s) under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.
Canada may exercise this option at any time by sending a written notice to the Contractor at least thirty (30) calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.
File Number: 20191531/A
Contracting Authority: Mélanie Constantineau-Gosselin
Phone Number: 819-420-5845
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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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 Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- ConstantineauGosselin, Melanie
- Phone
- 819-420-5845
- Email
- Melanie.Constantineau-Gosselin@tpsgc-pwgsc.gc.ca
- Address
-
11 Laurier StreetGatineau, QC, K1A 0S5CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada