SIGMA system maintenance

Due to a planned maintenance, the integration of updates to supplier financial information in SAP Ariba will be delayed during the times listed below. We apologize for any inconvenience. 

  • Friday, April 25 from 7:00 pm until 8:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Vocational Rehabilitation and Vocational Assistance Services

Solicitation number 51019-128004/A

Publication date

Closing date and time 2013/12/17 13:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Vocational Rehabilitation and Vocational Assistance Services
    
    51019-128004/A
    
    Veterans Affairs Canada (VAC) is mandated to deliver
    rehabilitation services to eligible Veterans, their
    spouses/common-law partners and survivors.  VAC seeks a
    Contractor to provide the vocational rehabilitation and
    vocational assistance services portion of VAC's Rehabilitation
    Program, thereby assisting eligible participants improve their
    employability and/or capacity for suitable gainful employment in
    civilian life.
    
    The following identifies the phases and activities of the
    vocational rehabilitation and vocational assistance services
    model at VAC: 
    	
    INTAKE AND ASSESSMENT PHASE
    1.	Intake Screening (IS);
    2.	Initial Vocational Assessment (IVA);
    3.	Vocational Exploration Activities (VEA);
    4.	Specialized Assessments; 
    5.	Vocational Assessment Summary Report (VASR); and,
    6.	Closure Form.
    		
    PLANNING PHASE
    1.	Complete IVRP; and
    2.	Revised or amended IVRP's (if required).
    
    INTERVENTION PHASE (IVRP Implementation)
    1.	Job Readiness Activities;
    2.	Job Search Preparation;
    3.	Active Job Search; 
    4.	Job Placement Facilitation and Support;
    5.	Gradual Return to Work/ Work Re-integration;
    6.	Follow up / On-the-Job Evaluation; 
    7.	Progress Report; and,
    8.	Closure Report.
    
    A complete listing of the mandatory and point rated evaluation
    criteria can be found at Annex D.
    Contract Period and Options:  A single Contractor will be
    selected from amongst the responsive bids received in response
    to the RFP.  The Work is to be performed for a total period of
    four (4) years which includes:  a six (6) month implementation
    period; thirty-six (36) months full service period; and six (6)
    months contract phase out period.  There will also be an option
    to extend the period of the Contract by up to three (3)
    additional one (1) year periods prior to the contract phase out
    period.
    Security Requirements: There is a security requirement
    associated with this requirement. For additional information,
    see Part 6 - Security, Financial and Other Requirements, and
    Part 7 - Resulting Contract Clauses. 
    Bidders should consult the "Security Requirements for PWGSC Bid
    Solicitations - Instructions for Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents Web
    site. 
    Information on personnel and organization security screening is
    available on the Canadian Industrial Security (CISD)
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html). For any
    enquiries, bidders should contact CISD at 1-866-368-4646 or
    613-948-4176 in the National Capital Region. 
    For information purposes, Bidders are hereby informed that the
    amount of time to obtain required security clearance levels may
    be lengthy and is contingent upon the specific clearance levels
    required. Bidders are solely responsible for obtaining such
    clearances. 
    Code of Conflict and Certifications:  Pursuant to section 01 of
    Standard Instructions 2003, Bidders must submit a complete list
    of names of all individuals who are currently directors of the
    Bidder. Furthermore, as determined by the Special Investigations
    Directorate, Departmental Oversight Branch, each individual
    named on the list may be requested to complete a consent to a
    Criminal Record Verification form and related documentation. 
    Trade Agreements:  The national security exceptions provided for
    in the trade agreements have been invoked; therefore, this
    procurement is excluded from all of the obligations of all the
    trade agreements. 
    Canadian Content:  This requirement is limited to Canadian goods
    and/or services. 
    There is a Federal Contractors Program (FCP) for employment
    equity requirement associated with this procurement; see Part 5
    - Certifications, Part 7 - Resulting Contract Clauses and the
    annex named Federal Contractors Program for Employment Equity -
    Certification.
    
    For an electronic version of Annex B, Basis of Payment, please
    contact the Contracting Authority.
    
    This Public Works and Government Services Canada office provides
    procurement services to the public in both official languages.
    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

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Sharpe, Charlene A.
    Phone
    (506) 851-3467 ( )
    Fax
    (506) 851-6759
    Address
    1045 Main Street
    1st Floor, Lobby C
    Unit 108
    Moncton, NB, E1C 1H1

    Buying organization(s)

    Organization
    Veterans Affairs Canada
    Address
    Jean Canfield Building, 1st Floor, 191 Great George Street
    Charlottetown, Prince Edward Island, C1A 4L2
    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.

    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 Proposal
    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)
    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: