Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, January 17 from 7:00 pm until Saturday, January 18 7:00 am (EST) 

SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Saturday, January 18 from 7:00 pm until 10:59 pm (EST) 

Events Planning and Management

Solicitation number W7714-196676/A

Publication date

Closing date and time 2018/11/14 14:00 EST


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Events Planning and Management
    
    W7714-196676/A
    Leblanc(CX Div.), Marc-Andre
    Telephone No. - (613) 998-1966 (    )
    
    Line 1, Events Planning and Management
    
    REQUEST FOR INFORMATION REGARDING THE ISSUANCE OF A REQUEST FOR PROPOSAL FOR THE PROVISION OF EVENT MANAGEMENT SERVICES FOR THE DEPARTMENT OF NATIONAL DEFENCE
    
    This is not a bid solicitation. Public Services and Procurement Canada (PSPC) is releasing this Request for Information (RFI) as a first step to inform all interested parties of the following potential procurement activity:
    
    The purpose of this notice is to make Canadian industry aware that PSPC is seeking to issue a Request for Proposal (RFP) for the provision of events management services on behalf of the Department of National Defence (DND) on an as and when requested basis.  The purpose of this RFI is to determine the number of interested and capable suppliers that currently exist.
    
    A copy of the draft statement of work which includes a description of the services that may be required has been attached to this notice.  Interested suppliers should familiarize themselves with the document in order to respond to the questions contained at within this notice.
    
    IMPORTANT NOTE TO INTERESTED SUPPLIERS
    
    There are security requirements associated with this requirement.  At the time of bid closing, the following will be required of bidders:
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of NATO SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2. This contract includes access to Controlled Goods.  Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada (PWGSC).
    
    3. The Contractor/Offeror personnel requiring access to CANADIAN PROTECTED and/or CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by CISD/PWGSC.
    
    4. The Contractor/Offeror personnel requiring access to FOREIGN PROTECTED and/or CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by CISD/PWGSC.
    
    5. The Contractor/Offeror personnel requiring access to NATO UNCLASSIFIED information or assets do not require to hold a personnel security clearance; however, the Contractor must ensure that the NATO Unclassified information is not releasable to third parties and that the "need to know" principle is applied to personnel accessing this information.
    
    6. The Contractor personnel requiring access to NATO RESTRICTED information or assets must be citizens of a NATO member country or a permanent resident of Canada and EACH hold a valid RELIABILITY STATUS or its equivalent, granted or approved by the appropriate delegated NATO Security Authority
    
    7. The Contractor/Offeror personnel requiring access to NATO CLASSIFIED information, assets or sensitive work site(s) must be permanent residents of Canada or citizens of a NATO member country and EACH hold a valid personnel security screening at the level of NATO SECRET, granted or approved by the appropriate delegated NATO Security Authority.
    
    8. The Contractor/Offeror MUST NOT remove any PROTECTED and/or CLASSIFIED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction. 
    
    9. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    10. The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether  a third party individual, firm or government can gain unauthorized access to COMSEC / INFOSEC or CLASSIFIED NATO / FOREIGN information/assets.  Public Works and Government Services Canada (PWGSC) will determine if the company is “Not Under FOCI” or “Under FOCI”.  When an organization is determined to be Under FOCI, PWGSC will ascertain if mitigation measures exist or must be put in place by the company so it can be deemed “Not Under FOCI through Mitigation”. 
    
    11. The contractor shall at all times during the performance of the contract possess a letter from PWGSC identifying the results of the FOCI assessment with a FOCI designation of Not Under FOCI or Not Under FOCI through Mitigation.
    
    Suppliers who are interested in this requirement but who do not hold the required security clearances may use the following link to obtain instructions on how to obtain them: http://www.tpsgc-pwgsc.gc.ca/esc-src/enquete-screening-eng.html
    
    The proposed requirement will be subject to PSPCs Policy on Canadian Content and therefore will be conditionally limited to suppliers offering Canadian goods and services. 
    
    A resulting bid solicitation would be used to establish a Contract for the delivery of the requirement detailed under the Contract, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement outside the resulting Contract.
    
    The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    QUESTIONS FOR INTERESTED SUPPLIERS
    
    Interested suppliers should answer the following questions and provide their response by e-mail to the following address: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca.
    
    1) Is your firm able to deliver the services described in the attached draft Statement of Work?
    
    2) How long has your firm specialized in the delivery of event management services?
    
    3) Does your firm have experience in the organization of events in the Canadian North?
    
    4) Is your firm able to meet all of the security requirements as described in the previous section of this notice?  
    
    Suppliers should note that this RFI is not a pre-selection process. There will be no short listing of firms for purposes of undertaking any future works, as a result of this RFI. The issuance of this RFI is not to be considered in any way as a commitment by Canada, or as authority for the respondent to undertake any work which could be charged to Canada, nor is this RFI to be considered a commitment to issue eventual RFPs or award eventual contracts in relation to these services.
    
    Canada shall not be bound by anything stated in this LOI. Canada reserves the right to change all or any parts of this LOI as deemed necessary.
    
    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.
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Leblanc(CX Div.), Marc-Andre
    Phone
    (613) 998-1966 ( )
    Email
    Marc-Andre.Leblanc@pwgsc-tpsgc.gc.ca
    Fax
    () -
    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
    English
    45
    000
    French
    12

    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
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: