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:

    1. 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.
    2. Complete and sign the Federal Contractors Program for Employment Equity, Attachment 4 attached to the solicitation document.
    3. 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Kwan, Jason
    Phone
    613-415-7797
    Email
    Jason.Kwan@tpsgc-pwgsc.gc.ca
    Address
    270 Albert Street
    Ottawa, ON, K1A 0V9
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    Canada
    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.