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 WestOttawa, Ontario, K1A 0P8Canada
- 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 WestOttawa, Ontario, K1A 0P8Canada
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.