Development and Design Learning Services

Solicitation number 21120-21-3689495

Publication date

Closing date and time 2021/11/30 14:00 EST

Last amendment date


    Description

    Nature of Requirement

    Development and Design Learning Services for Correctional Service Canada (CSC).

    Solicitation: 21120-21-3689495

    Contracting Authority: Danielle Blanchet

    Telephone: (506) 377-9624

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

    Eligible Bidders under this Bid Solicitation

    This Bid Solicitation is issued against the Learning Services Supply Arrangement (SA), PWGSC File No. E60ZH-2000LS. All terms and conditions of the Learning Services SA apply and are incorporated into any resulting contract.

    The requirement described herein is open only to PSPC Learning Services SA Suppliers:

    1. Olav Consulting Corp 60ZH-2000LS/097/ZH

    2. CAE Inc 60ZH-2000LS/087/ZH

    3. Calian Ltd 60ZH-2000LS/069/ZH

    4. Deloitte Inc 60ZH-2000LS/054/ZH

    5. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in Joint Venture E60ZH-2000LS/100/ZH

    6. Modest Tree Media Inc. 60ZH-2000LS/076/ZH

    NOTICE OF PROPOSED PROCUREMENT

    Summary:

    The Correctional Service of Canada (CSC) requires “as requested” Learning Services for an initial period of two (2) year and two (2) additional Optional Periods for a duration of two (2) years each, for the following Learning Services Supply Arrangement categories and streams:

    Stream 2: learning Designer:

    • 1 resource at the Intermediate level of expertise
    • 1 resource at the Senior level of expertise
    • Stream 3: Rapid eLearning Programmer:
    • 1 resource at the Intermediate level of expertise
    • 1 resource at the Senior level of expertise
    • Stream 3: Quality Assurance Specialist:
    • 1 resource at the Senior level of expertise
    • Stream 3: Tester:
    • 1 resource at the Intermediate level of expertise
    • Stream 4: Multi-Media Design and Development
      • Graphic Designer
    • 1 resource at the Intermediate level of expertise
    • 1 resource at the Senior level of expertise
      • Photographer
    • 1 resource
      • Animator
    • 1 resource at the Junior level of expertise
    • 1 resource at the Intermediate level of expertise
    • 1 resource at the Senior level of expertise
      • Video producer
    • 1 resource
      • Audio producer
    • 1 resource
      • Narrator

        - 1 resource

      • Stream 5: Training Delivery/Advisory Service

        - 1 resource at the Intermediate level of expertise

        - 1 resource at the Senior level of expertise

    The Contractor must complete online and in class modules or courses on behalf of CSC clients. The majority of the modules will require a Rapid eLearning Product Programmer and CSC will work with the clients in advance to determine needs, review source documents and in some cases create storyboards. In other cases CSC will request the Contractor to provide instructional design for initial design or the conversion of classroom materials to online products. 

    Mandatory Technical Criteria – Lowest Evaluated Price

    A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

    Should there be multiple compliant bids with the same lowest evaluated price; the contract will be awarded according to the following methodology:

    The compliant bid that was received first according to the date and time the bidder transmitted its bid by email to the CSC Bid Receiving Unit as indicated in the email will be recommended for award of a contract.

    Security Requirements

    The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply to and form part of the Contract.

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide, attached at Annex C;

    (b) Industrial Security Manual (Latest Edition)

    Contractor’s Sites or Premises Requiring Safeguarding Measures

    As indicated in Part 6 under Security Requirements, the Bidder must provide the full addresses of the Bidder’s and proposed individuals’ sites or premises for which safeguarding measures are required for Work Performance:

    Street Number / Street Name, Unit / Suite / Apartment Number

    City, Province, Territory / State

    Postal Code / Zip Code

    Country

    The Company Security Officer (CSO) must ensure through the Industrial Security Program (ISP) that the Bidder and proposed individuals hold a valid security clearance at the required level, as indicated in Part 6 – Security, Financial and Other Requirements.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Blanchet, Danielle
    Phone
    506-377-9624
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Address
    340 Laurier Avenue West
    Ottawa, Ontario, K1A 0P9

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering