SAP Ariba system maintenance

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

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

Trauma

Solicitation number W7701-166123/A

Publication date

Closing date and time 2016/10/11 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    JEAN LAPOINTE
    116 de la Misaine
    St-Augustin de Desmaures Quebec
    Canada
    G3A2N1
    Nature of Requirements: 
    
    1. Advance Contract Award Notice (ACAN) 
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2. Definition of the requirement 
    The Department of Defence Research and Development Canada (DRDC) has a requirement for medical support in experimental and digital traumatologyand injury analysis. The work will involve the following:
    A total of three tasks are described in the following paragraphs. It should be noted that an issued Task Authorization (TA) might refer to more than one type of task described below.
    Deliverables
    The deliverables will be detailed in each TA issued. The electronic deliverables will be hand delivered to the Technical Authority at DRDC (USB key, CD or saved on the borrowed computer) or sent by email if the information is not sensitive (in Word, Excel or PDF format). The expert medical advice will be given in person (e.g., at DRDC, other DND facilities or international scientific meeting venues), by teleconference or videoconference. The medical advice, recommendations and verbal comments will begiven in the contractor’s language of choice.
    
    2.1 Task 1: Analysis of injuries sustained by military personnel
    This task consists of identifying the nature of the physical injuries that CAF personnel could sustain during military operations, as wellas the severity of the injuries and the impact they could have on the quality of life of the soldiers. The activities related to this need involve the consultation of various Protected B medical documents, most of which are written in English. 
    Deliverables for Task 1
    Depending on the nature of the request in the TA issued, the task deliverables could include at least one of the following: 
    2.1.1 Electronic tables compiling the descriptions of injuries, their mechanisms, wound paths, the results ofthe injury coding conducted using the measurement scales provided and/or additional comments about medical files examined. These tables will be written mainly in English and provided in an electronic Word or Excel file;
    2.1.2 Expert medical advice on theinjury diagnoses, the severity of the injuries, their probable mechanisms and their impact on survival and quality of life. This advice will be provided verbally or in writing in an electronic Word or Excel file; 
    2.1.3 Expert medical advice on the role of personnel protective equipment in the prevention, incidence and mechanisms of injuries. This advice will be given verbally or in writing in an electronic Word or Excel file.
    
    2.2 Task 2: Experimental traumatology of the human body
    DRDC uses several physical simulation models of the human body (e.g., CLL, MABIL, Hybrid III ATD, BI2PED, etc.) as well as injury simulation models (e.g., ballistic gelatin) to better understand potential injury mechanisms of CAF members exposed to various operational threats when travelling on foot or in vehicles. Appropriate injury criteria are developed by establishing links between experimental measurements (acceleration, deformations, pressure, etc.), the trauma observed and the physiological responses of the individual anatomical structures. 
    Deliverables for Task 2
    Depending on the nature of the request in the TA issued, the task deliverables could include at least one of the following:  
    2.2.1 Expert medical advice on the severity of injuries observed experimentally on physical simulation models, including mechanisms of injury and the potential impact on survival and quality of life. This advice is to be provided verbally or in writing;
    2.2.2 Medical advice based on the review of DRDC draft scientific documents. This advice is to be provided verbally or in writing;
    2.2.3 Tables including injuries described in scientific publications and coding of their severity using injury severity scales. These tables are to be prepared in Excel or Word format in English only;
    2.2.4 Results of injury coding using injury severity scales. These results are to be provided verbally or in writing in Excel or Word format, as specified in the TA issued;
    2.2.5 Recommendations on the experimental testing protocols, provided verbally;
    2.2.6 Recommendations on the role of human anatomical structures to be considered in the development or modification of physical simulation models of the human body. These recommendations are to be provided verbally; 
    2.2.7 Expert medicaladvice on the relevance of injury criteria used in physical simulation models of the human body, provided verbally; 
    2.2.8 Verbal comments or written annotated revisions (in an electronic file in Word format, written in the language of the document) ofdraft scientific documents.  
    
    2.3 Task 3: Digital human modelling
    Certain DRDC projects involve the development and validation of numerical models of the human body and the assessment of the impact of protection systems (personnel and vehicle) on their response to threats. This requires not only a detailed description of the anatomy, but also an understanding of the physiological responses to traumatic injuries and the impact of injury sequelae on quality of life and the performance of tasks (e.g.,level of incapacity). 
    Deliverables for Task 3
    Depending on the nature of the request in the TA issued, the task deliverables could include at least the following:
    2.3.1 Results of the variability analyses of the size and position of organs and structuresof the human body, provided in an electronic file (in Word or Excel format); 
    2.3.2 Expert medical advice on the ability of protection system (personnel and vehicle) concepts and prototypes to prevent and/or mitigate injuries to soldiers, providedverbally; 
    2.3.3 Expert medical advice to direct DRDC’s efforts in numerical modelling of the human body, provided verbally. 
    
    Language of Work
    The contractor must be proficient in reading, speaking and writing English because the work tools and conferences are in English. Reading, understanding and speaking French is an asset.
    
    Security
    There is a security requirement; see the Security Requirement Checklist (SRCL) for all the information.
    
    Meetings
    The meeting requirements will be specified withineach TA issued. The meetings will be held in person (i.e., at DRDC, another DND facility or international scientific meeting location), by teleconference or videoconference in accordance with the Technical Authority A and the topic of the meeting. 
    Defence Research and Development Canada - Valcartier Research Centre
    Building 200
    2459 De la Bravoure Road, Quebec City, Quebec, G3J 1X5 Canada
    
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    o Experience: 
    3.1 Specialist in emergency medicine having:
    3.1.1 Worked in a level I North American hospital for at least five years; or
    3.1.2 Worked in a level II North American hospital for at least 10 years; or
    3.1.3 Worked in a level IV North American hospital for at least 15 years.
    3.2 At least 100 hours experience using the AIS 2005 injury rating scale for coding injuries; 
    3.3 Must have expertise in military traumatology, in particular in the nature and pathologies of various traumatic injuries caused by ballistic threats and blast weapons;
    3.4 Must have expertise in traumatology recognized by the provincial or federal government; 
    3.5 Must have given expert medical advice during R&D projects/activities in three specific fields: 
    3.5.2 In a minimum of three projects/activities investigating the types of military injuries and their mechanisms; 
    3.5.3 In a minimum of two projects/activities using experimental models of traumatology of the human body to better understand military operational injuries; 
    3.5.4 In a minimum of one project/activity aiming at understanding how personnel protection equipment prevented or caused operational injuries.
    3.6 Must have done work demanding the processing of sensitive personal information for analysis purposes and not only for consultation;
    3.7 Must have participated as a medical expert in a minimum of two international meetingson a topic related to the protection of military personnel and organized by The Technical Cooperation Program (TTCP), North Atlantic Treaty Organization (NATO) or any other organization related to defence.
    
    o Knowledge and understanding of: 
    3.8 Practical knowledge of physical models that help with the experimental determination of injury mechanisms - must have used at least two anthropomorphic models and/or injury simulation models such as, but not limited to, ballistic gelatin and/or physical models of the head, torso, or leg.
    o Education: 
    3.9 Must have completed all required studies in medicine and have obtained the recognized title of Doctor (MD);
    o Professional designation, accreditation and/or certification: 
    3.10 Must possess a certificate in emergency medicine (CSPQ), or a certificate from the Royal College of Physicians and Surgeons of Canada (FRCPC), or an emergency medicine certificate from the College of Family Physicians of Canada (CCFP-EM). 
    4. Applicability of the trade agreement(s) to the procurement 
    
    Not applicable  
    5. Set-aside under the Procurement Strategy for Aboriginal Business 
    
    Not applicable 
    6. Comprehensive Land Claims Agreement(s) 
    
    Not applicable  
    7. Justification for the Pre-Identified Supplier 
    
    The supplier possesses the mandatory criteria required, see list at point 3. These skills and expertise are essential in order to propose efficient recommendations that will enable scientists to advance their research projects to increase the survival ofthe Canadian Armed Forces staff.
    8. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 
    
    9. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    o Agreement on Internal Trade (AIT) - Article Annexe 502.1B point 1f 
    o North American Free Trade Agreement(NAFTA) -Article(s) 1001.1b-2
    10. Ownership of Intellectual Property 
    
    Not applicable  
    
    11. Period of the proposed contract or delivery date 
    
    o The proposed contract is for a period of four (4) years, from April 1, 2017 to March 31, 2021. Possibility ofone option to extend the contract period for one (1) year. 
    12. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option, is $ 120,000.00 (GST/HST extra). 
    All work will be carried out according to demand, through task authorizations (TA). The contract with Task Authorizations (TA) is a supply of services method in which all or a portion of the work is carried out according to demand. Under contracts with AT, the work involved can be defined, but the nature andthe specific dates for services, activities and deliverables required are known only when the service is requested during the contract period . TA is a structured administrative tool that Canada allows a Contractor to do the work on "as requested" basispursuant to the terms of the contract. AT are not individual contracts.
    13. Name and address of the pre-identified supplier 
    
    Jean Lapointe 
    116 de la Misaine   
    St-Augustin de Desmaures, Québec  
    G3A 2N1  CANADA
    
    14. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    15. Closing date for a submission of a statement of capabilities 
    
    The closingdate and time for accepting statements of capabilities is October 11, 2016 at 2:00 p.m. EST. 
    
    16. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to: 
    Carolina Asquino, Supply Specialist 
    800 rue de la Gauchetière Ouest, local 7300, Montreal, Qc H5A 1L6  
    Telephone: 514-496-3549
    Facsimile: 514-496-3822
    E-mail: carolina.asquino@tpsgc-pwgsc.gc.ca
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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

    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
    Asquino, Carolina
    Phone
    (514) 496-3459 ( )
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Est
    800, rue de La Gauchetière Ouest
    7 ième étage
    Montréal, Québec, H5A 1L6

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: