Earned Value Management Services for the National Shipbuilding Strategy
Solicitation number EN578-222504/B
Publication date
Closing date and time 2022/10/06 14:00 EDT
Last amendment date
Description
Notice of Proposed Procurement (NPP)
EN578—22-2504/B
Region of Delivery: Ontario
Notice Type: Notice of Proposed Procurement
GSIN: R019Q: Marine Consulting
Trade Agreements: Canada-Chile Free Trade Agreement (CCFTA), Canada-Columbia Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada – Honduras Free Trade Agreement, Canada- Korea Free Trade Agreement, Canada – Panama Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Ukraine Free Trade Agreement (CUFTA), Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Canadian Free Trade Agreement (CFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) World Trade Organization Agreement on Government Procurement (WTO-AGP).
Tendering Procedure: All interested parties may submit a bid.
Competitive Procurement Strategy: Highest Combined Rating of Technical Merit & Price
Procurement Entity: Department of Public Works and Government Services
End User Entity: Department of Public Works and Government Services
REQUIREMENT
Public Services and Procurement Canada (PSPC) requires the analytical services of an independent third party experts to support the development of quality Earned Value Management System information. The resultant analyses will be used to support informed decision making by various stakeholders within the federal government by demonstrating the level of effort and pricing quoted by the shipyards for specific items are fair and reasonable.
For further information on the requirement, Bidders are directed to the solicitation document: Part 1, Paragraph 1.3 (Statement of Work); Part 6, Paragraph 6.2 (Statement of Work); and Annex A – Statement of Work – along with Annex A.1 – A.6 Appendices Related to the SOW.
Security Requirement:
There is a security requirement associated with the scope of work. For additional information, Bidders are directed to Part 1, Paragraph 1.1, Part 6 – Paragraph 6.1 of the Solicitation document.
Constraints:
The successful Bidder must:
- comply with the Conflict of Interest Management Requirements, specified in Part 6, Paragraph 6.15 titled “Conflict of Interest Management requirements” of the solicitation document and Attachment 2 – Conflict of Interest Declaration Certification attached to the solicitation document.
- Complete and sign the Federal Contractors Program for Employment Equity, Attachment 4 attached to the solicitation document.
- complete and sign a Non-Disclosure Agreement. For additional information, Bidders are directed to Part 6, Paragraph 6.16 of the solicitation and Attachment 5 - NDA attached to the solicitation document.
DURATION OF RESULTING Contract:
From date of contract award to March 31, 2025, plus options to extend the period of services for up to an additional 7 years, to be exercised at Canada’s discretion.
Enquiries regarding this RFP requirement are to be submitted in writing to the following:
Jason Kwan
Supply Team Leader,
Defence and Marine Strategic Program Management
Public Services and Procurement Canada
270 Albert Street
Ottawa, Ontario
K1P 6E6
Tel: (613) 415-7797
Email: Jason.Kwan@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)
-
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)
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
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
- Kwan, Jason
- Phone
- 613-415-7797
- Email
- Jason.Kwan@tpsgc-pwgsc.gc.ca
- Address
-
270 Albert StreetOttawa, ON, K1A 0V9CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
amd_005_-_answer_to_questions_in_english_and_french.pdf | 005 |
French
|
2 | |
amd_005_-_answer_to_questions_in_english_and_french.pdf | 005 |
English
|
18 | |
amd_004_-_answer_to_questions_in_english_and_french.pdf | 004 |
English
|
14 | |
amd_004_-_answer_to_questions_in_english_and_french.pdf | 004 |
French
|
2 | |
amd_003_-_answer_to_questions_in_english_and_french_final.pdf | 003 |
French
|
7 | |
amd_003_-_answer_to_questions_in_english_and_french_final.pdf | 003 |
English
|
17 | |
en578-222504-b_amd_002_-_answer_to_questions_in_english_and_french.pdf | 002 |
French
|
10 | |
en578-222504-b_amd_002_-_answer_to_questions_in_english_and_french.pdf | 002 |
English
|
17 | |
amd_001_-_answer_to_questions.pdf | 001 |
French
|
2 | |
amd_001_-_answer_to_questions.pdf | 001 |
English
|
26 | |
evm_rfp_002_on_gets_2022_en_tma.pdf | 000 |
English
|
132 | |
evm_rfp_002_on_gets_2022_fr_tma.pdf | 000 |
French
|
18 |
Access the Getting started page for details on how to bid, and more.