INVENTION ASSESSMENT, MARKET STUDY, BROKERING OF INTELLECTUAL PROPERTY
Solicitation number 01R11-190310/A
Publication date
Closing date and time 2019/01/24 16:00 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: IMPORTANT: This tender is part of Public Works and Government Services Canada’s initiative to submit bid submission files electronically using epost Connect. Interested bidders should refer to Part 2 of the solicitation document entitled Instructions to bidders/offerors/suppliers, as the case may be, for instructions on how to participate and submit their files electronically for this tender. 1. TITLE: SUPPORT ACTIVITIES FOR THE INVENTION ASSESSMENT, MARKET STUDY, BROKERING AND EDUCATIONAL COMPONENTS OF INTELLECTUAL PROPERTY MANAGEMENT 2. Security Requirements 2.1 The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Contract. SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # 161-052018 2.1.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2.1.2 The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CISD/PWGSC. 2.1.3 The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B. 2.1.4 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 2.1.5 The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex C; (b) Industrial Security Manual (Latest Edition) 2.2 Contractor’s Sites or Premises Requiring Safeguarding Measures 2.2.1 Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date the information related to the Contractor’s and proposed individuals’ sites or premises. 2.2.2 The Company Security Officer must ensure through the Contract Security Program that the Contractor and individuals hold a valid security clearance at the required level. 3. REQUIREMENT: Agriculture and Agri-Food Canada (AAFC) has a requirement for services for support activities for the invention assessment, market study, brokering and educational components of intellectual property management. AAFC researchers continually discover new inventions during the course of performing research and development activities. These inventions may have commercial potential for companies willing to invest in pre-commercial technologies. Under the Public Servants Inventors Act, public servants must disclose any new inventions that they have developed in the course of their employment. As an outcome of the disclosure process, the Office of Intellectual Property and Commercialization (OIPC) may wish to commercialize certain technologies for which the Crown owns the intellectual property rights. The OIPC may therefore require business advice to improve its offer of service procedures and to continue to offer support to the AAFC community based on sound, objective information. Canada requests Bidders submit a separate bid for EACH individual Workstream. Bidders may submit a bid for one (1) or both Workstreams identified in the solicitation. A maximum of two (2) Contracts may be issued: one Contract for each Workstream. The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). To qualify a bid will have to consist of no less than 80% of goods and/or services of Canadian origin. 4. EVALUATION AND SELECTION: Mandatory and point rated technical evaluation criteria are included in Annex E of the solicitation. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract. 5. OWNERSHIP OF INTELLECTUAL PROPERTY: Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. 6. PERIOD OF CONTRACT: It is anticipated that the contract will be effective for a one (1) year period with the irrevocable option to extend the term of the Contract by up to three (3) additional one (1) year periods. Contracting Authority Lorraine Jenkinson Procurement Specialist Public Works and Government Services Canada Procurement and Compensation Branch, Western Region ATB Place, North Tower, 5th Floor 10025 Jasper Avenue NW Edmonton, AB T5J 1S6 Telephone: 587-337-2458 Facsimile: 780-497-3510 E-mail address: lorraine.jenkinson@pwgsc-tpsgc.gc.ca 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)
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
- Jenkinson, Lorraine
- Phone
- (780) 497-3593 ( )
- Email
- lorraine.jenkinson@pwgsc-tpsgc.gc.ca
- Fax
- (780) 497-3510
- Address
-
ATB Place North Tower
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Agriculture and Agri-Food Canada
- Address
-
1341 Baseline RoadOttawa, Ontario, K1A0C5Canada
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 |
---|---|---|---|---|
ABES.PROD.PW_EDM.B607.F11527.EBSU000.PDF | 000 |
French
|
5 | |
ABES.PROD.PW_EDM.B607.E11527.EBSU000.PDF | 000 |
English
|
33 |
Access the Getting started page for details on how to bid, and more.