Learning Services - Senior Subject Matter Expert

Solicitation number W6570-22ATT1/A

Publication date

Closing date and time 2022/05/26 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 (RFP) FOR THE REQUIREMENT OF STREAM: 2.  INSTRUCTIONAL DESIGN AND DEVELOPMENT SERVICES; CATEGORY: 2. CONTENT SUBJECT MATTER EXPERT (SME)
    
    1.  The requirement described herein is open only to PWGSC Learning Services SA Suppliers for the following Learning Services SA Consultant Category, level of expertise, security level, region and tier:
    
    Learning Services’ Supply Arrangement (E60ZH-2100LS)
    This requirement is for the Department of National Defence. 
    
    Stream:    2 - Instructional Design and Development Services
    Category:  2. Content Subject Matter Expert (SME)
    Number of contracts to be awarded: One (1)
    
    Number of Resources and Level of Effort:
    1 x 1 Senior Content Subject Matter Expert
    
    Supplier Security Clearance:  Secret 
    Document Safeguarding:  Protected B / DOS
    Controlled Goods access:   Yes 
    Region/Metropolitan Area:  Western Region, Winnipeg 
    Estimated Requirement Dollar Value Range:  Greater than CKFTA to $3.75 million
    
    2.  REQUIREMENT:
    
    SENIOR SUBJECT MATTER EXPERT SUPPORT SERVICES FOR AEROSPACE ENGINEERING TECHNICAL TRAINING QUALITY AND QUANTITY CONTROL
    
    The Department of National Defence requires Subject Matter Expert for 2 Canadian Air Division Headquarters (2 CAD HQ). The 2 CAD HQ Airforce Training Directorate requires one (1) subject matter expert in the employment of aviation, avionics, and/or aircraft structures technicians in the provision of aircraft servicing and maintenance to provide support to the Aerospace Engineering Technical Training Qualification Manager and training development officer (learning designer) in the conduct of the Quality Control process’ analysis phase, and the conduct of TTSVs for the RCAF training establishments responsible for these aircraft maintenance technical training programmes.  
    
    The period of the Contract is from date of Contract to 2023-03-31 with the irrevocable option to extend the term of the Contract by up to four (4) additional one (1) year periods. 
    
    3.  SECURITY REQUIREMENTS:
    
    3.1  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 No. W6570-22ATT1  
    3.1.1  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 SECRET, with approved Document safeguarding at the level of PROTECTED B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    3.1.2  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).
    3.1.3  The Contractor/Offeror personnel requiring access to CLASSIFIED/PROTECTED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CSP, PWGSC.
    3.1.4  Processing of PROTECTED information electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.
    3.1.5  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    3.1.6  The Contractor/Offeror must comply with the provisions of the:
    a) Security Requirements Check List and security guide (if applicable), attached at Annex "B";  
    b)  Contract Security Manual (Latest Edition).
    
    3.2  Contractor’s Sites or Premises Requiring Safeguarding Measures
    3.2.1  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 for the following addresses:
        Street Number / Street Name, Unit / Suite / Apartment Number  
        City, Province, Territory / State   
        Postal Code / Zip Code  
        Country  
    
    3.2.2  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.
    
    4.  EVALUATION AND SELECTION:  
    
    4.1  Basis of Selection - Highest Combined Rating of Technical Merit and Price
    4.1.1  To be declared responsive, a bid must: 
    a.  comply with all the requirements of the bid solicitation; and
    b.  meet all mandatory criteria; and 
    c.  obtain the required minimum of 35 points overall for the technical evaluation criteria which are subject to point rating.  The rating is performed on a scale of 78 points. 
    
    4.1.2  Bids not meeting (choose (a) or (b) or (c) will be declared non-responsive. 
    4.1.3  The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 55% for the technical merit and 45% for the price. 
    
    -----------------------------------
    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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).]
    
    LIST OF PRE-QUALIFIED SUPPLIERS 
    
    This requirement is open 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.   Alturistic 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.  Groupe Intersol Group Ltee. 
    12.  Hyperactive Productions Inc. 
    13.  Reticle Venture Canada Incorporated 
    14.  Samson & Associés CPA/Consultation Inc
    15.  TRM Technologies Inc 
    16.  Valcom Consulting group Inc
    17.  Zernam Enterprise Inc. 
    
    ----------------------------------------------------
    Contracting Authority
    
    Lorraine Jenkinson  
    Procurement Specialist 
    Public Works and Government Services Canada 
    Procurement Branch, Western Region 
    Canada Place, Suite 1000
    9700 Jasper Avenue NW
    Edmonton AB, T5J 4C3 
    
    Telephone: 587-337-2458  
    E-mail address: lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    
    ---------------------------------------------------------------
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Western Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are strongly encouraged to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Western Region Bid Receiving Unit’s generic address at roreceptionSoumissions.wrbidreceiving@tpsgc-pwgsc.gc.ca
    
    Faxed bids will be accepted at 1-418-566-6167.
    
    Hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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)
    French, English
    Region(s) of delivery
    Alberta
    ,
    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: