Updating the Canadian USAR Classification Guide and Developing a National Accreditation Process

Solicitation number 202205250A

Publication date

Closing date and time 2022/08/25 14:00 EDT

Last amendment date


    Description

    Updating the Canadian USAR Classification Guide and Developing a National Accreditation

    1. Requirement Summary

    Bid solicitation # 202205250A issued for work to be conducted in two parts. 

    This Contract will have a phased approach, which will include two parts. At the end of Part I, the Project Authority will assess the progress of the project to determine if the results to date warrant proceeding to Part II, by means of a task authorization authorizing Part II services.

    The Contractor will then be notified in writing by the Contracting Authority to either proceed with the next part or that Canada wishes to terminate the Contract without further liability. 

    The level of effort required from the contractor for Part II will be determined and negotiated at the end of Part I.

    In no event will the Contractor be paid for any costs incurred for work performed on any unauthorized part.

    In the case Canada wishes to proceed with Part II, Canada may at its discretion choose to have the Contractor perform, if any, a portion or the whole of the services described in Annex A, the Statement of Work, or have completed, in whole or in part, the services in Part II, any time, by means of any other contracting method.

    Part I – consists of the following phased requirements and is to be conducted on a Ceiling price basis.

    Phase 1: the Contractor is to develop a comprehensive work plan and approach that will clearly articulate the work to be done in the second and third phases.

    Phase 2: the Contractor is to update the national guidelines, specifically the Canadian USAR Classification Guide, in accordance with the INSARAG Guidelines.

    Phase 3: the Contractor is to develop options and, based on rigorous analysis, recommend and outline a preferred option for the implementation of a national accreditation process for HUSAR Teams in Canada

    Part II is for ad hoc work, including any other similar work, to be conducted under a task-based professional services basis using the basis of payment from Part I with the method of payment (ceiling price) and Part II to be determined, at TA issuance.

    The estimated value for the requirement is $250,000 (applicable taxes extra) with (Part I estimated at 70% and Part II at 30%).

    *Note Part II will have a ceiling of $75,000 however work will be subject to the issuance of task authorizations for required work”

    2. Period of Work

    The period of the Contract is from date of Contract award to August 31, 2024 with two (2) additional one (1) year periods.

    3. Evaluation Process and Selection Methodolog

    Basis of selection – Highest Combined Rating of Technical Merit 70% and Price 30 %

    Detailed in the RFP, Part 4

    4. Contracting Authority

    Chantale Gregoire

    A/Senior Acquisition Advisor

    Public Safety Canada

    269 Laurier Avenue West, 13th Floor

    Ottawa, Ontario K1A 0P9

    Tel: 343-549-5220

    Email: ps.contractunit-unitedecontrats.sp@canada.ca

    The Contracting Authority is responsible for all matters of a contractual nature.

    5. Enquiries - solicitation stage

    All enquiries or issues concerning this procurement must be submitted in writing to the Contracting Authority named as early as possible within the bidding period.

    Enquiries and issues must be received by the Contracting Authority no later than five (5) business days prior to the bid closing date specified on the cover page or this RFP document to allow sufficient time to provide a response. Enquiries or issues received after that time may not be able to be answered prior to the bid closing date. To ensure consistency and quality of information provided to Bidders, the Contracting Authority will provide, simultaneously to all bidders to which this solicitation has been sent, any information with respect to significant enquiries received and the replies to such enquiries without revealing the sources of the enquiries.

    It is the responsibility of the Bidder to obtain clarification of the requirements contained herein, if necessary, prior to submitting a bid.

    6. Intellectual Property

    Shall vest with the Public Safety Canada

    7.Security

    There is no security requirement identified.

    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)
    • 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
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Gregoire, Chantale
    Phone
    343-549-5220
    Email
    chantale.gregoire@canada.ca

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    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 - Limited Tendering