NMSO - Threat and Risk Assessment
Solicitation number EP829-211919/A
Publication date
Closing date and time 2022/09/12 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Amendment 006: This amendment to the solicitation serves modify the solicitation closing date. _______________________________________________________________________ Amendment 005: This amendment to the solicitation serves to answer a question from industry and modify the solicitation closing time. _______________________________________________________________________ Amendment 004: This amendment to the solicitation serves to answer a question from industry. _______________________________________________________________________ Amendment 003: This amendment to the solicitation serves to answer questions from industry and modify Attachment 1 to Part 4 - Technical Criteria. __________________________________________________________________ Amendment 002: This amendment to the solicitation serves to answer quesitons from industry. _______________________________________________________________________ Amendment 001: This amendment to the solicitation serves to answer a question from industry, change the Contracting Authority, and extend the solicitation closing date to September 7, 2022 at 2:00pm EST. _______________________________________________________________________ This is a solicitation to request Standing Offers (SO). A SO is not a contract and does not commit Public Works and Government Services Canada (PWGSC) to procure or contract for any services. Any resulting SO constitutes an Offer made by an Offeror for the provision of certain Services to Canada at prearranged prices or a prearranged pricing basis, under set terms and conditions, that is open for acceptance by Identified User on behalf of Canada during a specified period of time. A separate contract is formed each time a call-up for the provision of Services is made against a SO. Canada’s liability will be limited to the actual value of the call-ups made by the duly authorized Identified User within the period specified in the call-up. PWGSC requires multiple security services for crown-owned, leased, and third party managed assets, multi-tenant buildings, and other PWGSC assets such as, but not limited to, engineering assets, bridges, dams, heating plants, and PWGSC-controlled underground infrastructure located across Canada through Standing Offer (SO) agreements with commercial entities. These are provided through the following workstreams: 1. Workstream 1: Facility Security Assessment - Threat and Risk Assessment and Security Design Briefs of Typical Office building 2. Workstream 2: Facility Security Assessment - Threat and Risk Assessment and Security Design Briefs of Engineering Assets 3. Workstream 3: Departmental Threat and Risk Assessments 4. Workstream 4: Security Consultation Services 5. Workstream 5: IT Emanation Security Services PWGSC is identified as an internal enterprise service provider for base building security of assets under its custodial responsibility, contract security and IT security in support of providing and managing certain government-wide applications, as well as being responsible for their own internal security. PWGSC intends to issue multiple SOs for the required services to be provided in Canada as a result of this solicitation. Up to three (3) Standing Offers (SOs) per workstream in each region may be issued. However, in the event that no supplier is qualified for a specific workstream in a particular region, SOs from a neighboring region/s may be used to cover the required work. The offeror may submit an offer for one or more of the workstreams for one or more of the regions identified within the RFSO. These Standing Offers are applicable to the following regions in Canada: -National Capital Region -Quebec Region -Atlantic Region -Ontario Region -Western Region -Pacific Region This RFSO will be resulting in National Master Standing Offers (NMSOs) valid for three (3) years + 2 options years. This requirement is for all departments. PWGSC and client authorized to issue call-ups. PWGSC intends to put in place Standing Offers with the highest ranking Offerors based on an ideal business distribution percentage. The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, 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 to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers. This RFSO allows offerors to use the CPC Connect service provided by Canada Post Corporation to transmit their offers electronically. Offerors must refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions, for further information on using this method. The Phased Bid Compliance Process (PBCP) applies to this requirement. Security Requirement: FSC Secret with approved Document Safeguarding at the level of Protected B for the offerors and Secret status for Personnel. 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)
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
- Sader, Michel
- Phone
- (343) 553-2271 ( )
- Email
- michel.sader@tpsgc-pwgsc.gc.ca
- Address
-
L'Esplanade Laurier,
East Tower 4th Floor
L'Esplanade Laurier,
Tour est 4e étage
140 O'Connor, StreetOttawa, Ontario, K1A 0R5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Access the Getting started page for details on how to bid, and more.