SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Learning Services SA - Training and Development Services

Solicitation number W6570-22BC01/A

Publication date

Closing date and time 2021/07/22 16:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    LEARNING SERVICES SUPPLY ARRANGEMENT (SA) - REQUEST FOR PROPOSAL FOR THE REQUIREMENT OF STREAM 2 - INSTRUCTIONAL DESIGN AND DEVELOPMENT SERVICES
    
    This requirement is currently open to the pre-qualified suppliers listed below under the Learning Services Supply Arrangement. 
    
    Learning Services’ Supply Arrangement E60ZH-2000LS
    
    REQUIREMENT FILE NUMBER: W6570-22BC01/A
    
    This requirement is for the Department of National Defence. 
    
    Stream 2 - Instructional design and development services
    Category:   1. Learning Designer
                2. Content Subject Matter Expert
    
    Number of contracts to be awarded: up to 2  
    
    Request for Proposal (RFP) documents will be e-mailed directly from the PWGSC Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. 
    
    [BIDDERS ARE ADVISED THAT SOLICITATION DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).]
    
    Number of Resources and Level of Effort:
       o  0 to 2    1.  Learning Designer
       o  3 to 15   2. Content Subject Matter Expert
    
    Supplier Security Clearance: DOS - Reliability
    Document Safeguarding: Yes   
    Security Requirements Check List (SRCL): Attached 
    Region/Metropolitan Area: Western Region (Winnipeg)
    Estimated dollar range of Requirement: Requirements up to and including $3.75 Million
    
    REQUIREMENT:  
    The Department of National Defence requires Instructional design and development services for the Royal Canadian Air Force Barker College (RCAF BC).   RCAF BC has been assigned as the designated Training Establishment (TE) for the management and delivery of training associated with Air Operations Officer (AOO) course.  This requirement is for training and concept development services for the design and development of the AOO course and define the Department of National Defence (DND) requirements. 
    
    The AOO course will enable personnel to perform Air Operations Officer duties. As the TE, Barker College is responsible for the formation of the instructional cadre, the production of Training Plans (TPs), Lesson Plans (LPs), training aids, simulators, and other resources required to sustain the productive requirements of the AOO course.
    
    It is anticipated the period of work will be from 2021-08-01 to 2022-03-31.
    
    LIST OF PRE-QUALIFIED SUPPLIERS 
    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier: 
    
    1.  4Plan Consulting Corp. 
    2.   Accenture Inc. 
    3.   Altis Human Resources (Ottawa) Inc. 
    4.   Altruistic Informatics Consulting Inc. 
    5.   Bluedrop Performance Learning Inc. 
    6.   Bulletproof Solutions ULC 
    7.   CAE Inc. 
    8.   Calian Ltd. 
    9.   Deloitte Inc. 
    10.  Ernst & Young LLP
    11.  GEVC Inc. 
    12.  Groupe Intersol Group Ltee.
    13.  Hyperactive Productions Inc. 
    14.  Olav Consulting Corp. 
    15.  Olav Consulting Corp. Moshwa Aboriginal Information Technology     Corporation, In Joint Venture 
    16.  Pricewaterhouse Coopers LLP 
    17.  RaceRocks 3D Inc. 
    18.  Reticle Ventures Canada Incorporated
    19.  Samson & Associés CPA/Consultation Inc.
    20.  SoftSim Technologies Inc.  
    21.  TRM Technologies Inc. 
    22.  TROM Global Aerospace Solutions 
    23.  Valcom Consulting Group Inc.  
    24.  Zernam Enterprise Inc.
    25.   NavPoint Consulting Group Inc.,
    26.   C4i Training & Technology 
    27.   TLG Technologies for Learning Group 
    28.   Modest Tree Media Inc.
    29.  eLearning Lair Inc.
    30.  EPIC Educational Program Innovations Center Inc.
    31.  Michael Nolan Associates Ltd., doing business as Friesen, Kaye and Associates (FKA)
    
    
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the PWGSC Contracting Authority listed below. 
    _______________________________
    
    The Learning Services method of supply (including both a Standing Offer and Supply Arrangement) is a government-wide procurement vehicle designed to provide access to pre-qualified Suppliers who can:
    o create, update or convert government owned training courses including training material for:
        o Traditional Classroom based training
        o ELearning / On-line training and/or
        o Blended learning
    o Deliver government owned training
    
    The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for Learning Services, please contact Public Works and Government Services Canada (PWGSC) at: tpsgc.ocamaservicesapprentissage-sosalearningservices.pwgsc@tpsgc-pwgsc.gc.ca
    
    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's BuyandSell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services . 
    
    OWNERSHIP OF INTELLECTUAL PROPERTY: Any intellectual property arising from the performance of the Work under the Contract will vest in Canada. 
    
    _______________________________
    
    Contracting Authority
    
    Lorraine Jenkinson 
    Procurement Specialist 
    Procurement Branch, Western Region 
    Public Services and Procurement Canada 
    Canada Place, Suite 1000, 
    9700 Jasper Avenue, 
    Edmonton AB, T5J 4C3
    
    Telephone:  587-337-2458  
    Email:  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.

    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
    Jenkinson, Lorraine
    Phone
    (587) 337-2458 ( )
    Email
    lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Canada Place/Place du Canada
    Suite 1000
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: