CFC Event Management Services

Solicitation number W8160-130009/A

Publication date

Closing date and time 2013/07/12 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    CANADIAN FORCES COLLEGE (CFC) EVENT MANAGEMENT SERVICES
    W8160-130009/A
    York, Rochelle
    Telephone No. - (613) 998-8408
    Fax No. - (613) 993-2581
    
    
    REQUEST FOR INDUSTRY COMMENTS (RFIC) ON  
    THE PROCUREMENT STRATEGY FOR 
    EVENT MANAGEMENT SERVICES 
    FOR THE CANADIAN FORCES COLLEGE (CFC)
    
    Responses must be submitted by 2:00 pm Eastern Daylight Savings
    Time on Friday, July 12, 2013
    
    
    1.  NATURE OF REQUEST FOR INDUSTRY COMMENTS
    
    This is not a bid solicitation. This RFIC will not result in the
    award of any contract, therefore, potential suppliers of any
    goods or services described in the attached project outline
    should not earmark stock or facilities, nor allocate resources,
    as a result of any information contained in this RFIC. Nor will
    this RFIC result in the creation of any source list, therefore,
    whether or not any potential supplier responds to this RFIC will
    not preclude that supplier from participating in any future
    procurement. Also, the procurement of any of the goods and
    services described in this RFIC will not necessarily follow this
    RFIC. This RFIC is simply intended to solicit feedback from
    industry with respect to the matters described in this RFIC.
    
    
    2.  CONTENT OF THIS RFIC
    
    This RFIC contains a draft Request for Standing Offer (RFSO).
    This document remains a work in progress and respondents should
    not assume that new clauses or requirements will not be added to
    any future bid solicitation that is ultimately published by
    Canada. Nor should respondents assume that none of the clauses
    or requirements will be deleted or revised. Comments regarding
    any aspect of the document are welcome.
    
    
    3.  NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Respondents are requested to provide their comments, concerns,
    and, where applicable, any recommendations that could improve
    the procurement strategy. Respondents should explain any
    assumptions they make in their responses.
    
    
    4.  RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFIC.
    
    
    5.  TREATMENT OF RESPONSES
    
    Use of Responses:  Responses will not be formally evaluated.
    However, the responses received may be used by Canada to modify
    procurement strategies or any documents contained in this RFIC.
    Canada will review all responses received by the RFIC closing
    date. Canada may, in its discretion, review responses received
    after the RFIC closing date.
    	
    Review Team:  A review team composed of representatives from
    PWGSC and, possibly, other government departments, will review
    the responses on behalf of Canada. Canada reserves the right to
    hire any independent consultant, or use any Government
    resources, which it deems necessary to review any response. Not
    all members of the review team will necessarily review all
    responses.
    	
    Confidentiality:  Respondents should mark any portions of their
    response that they consider proprietary or confidential. Canada
    will treat those portions of the responses as confidential to
    the extent permitted by the Access to Information Act.
    	
    Follow-up Activity:  Canada may, in its discretion, contact any
    respondents to follow up with additional questions or for
    clarification of any aspect of a response.
    
    
    6.  ENQUIRIES
    
    Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this RFIC may direct their enquiries to:
    
    Rochelle York at 613-998-8408
    or by email at: rochelle.york@pwgsc-tpsgc.gc.ca
    
    
    7.  SUBMISSION OF RESPONSES
    
    Time and Place for Submission of Responses:  Suppliers
    interested in providing a response should deliver it directly to
    the Contracting Authority by the time and date indicated on page
    1 of this solicitation document. The preferred method of
    response is by email at: 
    	
    rochelle.york@pwgsc-tpsgc.gc.ca
    	 
    Responsibility for Timely Delivery: Timely delivery and correct
    direction of responses is the sole responsibility of the
    respondent. PWGSC will not assume or have transferred to it
    those responsibilities.
    	
    If you have any questions, please feel free to contact the
    Contracting Authority named above.
    
    
    8.  SOME SPECIFIC QUESTIONS
    			
    1.  In your opinion, is a Standing Offer the appropriate
    procurement approach for the type of work described herein?
    2.  In your opinion, is the proposed Evaluation Criteria
    appropriate for the requirements described in the Statement of
    Work? If not, why?
    3.  In your opinion, are there any requirements and/or items,
    described in the Statement of Work (SOW) or Evaluation Criteria,
    that are unclear or that would unduly limit a qualified vendor's
    ability to submit a response? 
    	
    
    9.  DRAFT REQUEST FOR STANDING OFFER (RFSO)
    
    Please see attached.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    York(CX Div.), Rochelle
    Phone
    (613) 998-8408 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    4
    000
    English
    48

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Foreign
    ,
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: