Risk Management Specialist

Solicitation number 21120-21-3687981

Publication date

Closing date and time 2021/03/10 14:00 EST


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: The Correctional Service of Canada, National Capital Region.

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: 3.6 Risk Management Specialist

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

    1. 6137318 Canada Inc
    2. 8513929 Canada Inc.
    3. ACF Associates Inc.
    4. ALTRUISTIC INFORMATICS CONSULTING INC.
    5. Cistel Technology Inc.
    6. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    7. Deloitte Inc.
    8. Elevated Thinking Inc.
    9. Orangutech Inc.
    10. Posterity Group Consulting Inc,
    11. Protak Consulting Group Inc.
    12. Quallium Corporation
    13. SRA Staffing Solutions Ltd.
    14. Stratégia conseil inc
    15. WSP Canada Inc.

    Description of the Requirement:

    The Correctional Service Canada has a requirement to ensure compliance with applicable environmental protection legislation and contribute to the conservation of natural resources by reducing the adverse environmental impacts of the Correctional Service of Canada (CSC) activities consistent with the concept of sustainable development. The resource will be responsible to provide technical and expert risk management advice on drinking water treatment, wastewater treatment and environmental compliance related to storage tanks and halocarbons, and wastewater treatment.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

     Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: Common SRCL #1.

    Resource Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

     Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: Common SRCL #1.

    Applicable Trade Agreements:

    Canadian Free Trade Agreement (CFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Associated Documents:

    N/A.

    Proposed period of contract:

    The proposed period of contract shall be from the period of contract award to two (2) years later with the option to renew for two (2) additional one-year periods.

    Estimated Level of Effort:

    The estimated level of effort of the contract, excluding options, will be for 450 days.

    File Number: 21120-21-3687981

    Contracting Authority: Steve Perron

    Phone Number: (613) 293-5934

    E-Mail: steve.perron@csc-scc.gc.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

    • 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
    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Perron, Steve
    Phone
    613-293-5934
    Email
    steve.perron@csc-scc.gc.ca
    Address
    340 Laurier Ave
    Ottawa, ON, K1A 0P9
    CA

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: