SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

MISSION TO TASK ANALYSIS

Solicitation number W7714-135829/A

Publication date

Closing date and time 2013/04/02 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    KaDSci, LLC
    7225 Whitson Drive
    Springfield Virginia
    United States
    22153
    Nature of Requirements: 
    
    Advance Contract Award Notice
    
    PWGSC File Number: W7714-135829
    Contracting Officer: Celeste Clermont
    Telephone Number: 819 956-1401
    Fax Number: 819 997-2229
    Email Address: celeste.clermont@tpsgc-pwgsc.gc.ca
    
    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.
    
    Requirement
    
    The Department of Defence Research & Development Canada (DRDC)
    has a requirement to provide services for a valued-focused
    mission to task analysis. The work will involve the following: 
    
    Examine the utility of scenarios and mission-to-tasks analysis
    in supporting an effective holistic risk management framework
    for municipalities. To evaluate the utility the work will
    involve one small and one large municipality.  The specific
    municipalities were chosen in consultation with EMBC and are
    Parksville and Nanaimo.
    
    
    The requirement will exploit existing work on risk assessments,
    scenario development and the identification of community
    objectives for the British Columbia municipalities of Parksville
    and Nanaimo by developing a framework for assessing the scenario
    objectives, identifying key tasks to achieve the scenario
    objectives and synthesizing the results across all scenarios to
    provide an aggregate view of the key tasks.
    
    Task 1: Develop a scenario objectives measurement framework
    Task 2: Identification of mission tasks
    Task 3: Synthesis of objectives and tasks across scenarios
    Task 4: Evaluation of the utility of a scenario-based
    mission-to-tasks analysis
    
    Background
    
    The Centre for Security Science (CSS) of Defence Research &
    Development Canada (DRDC) has a collaborative project with
    Emergency Management British Columbia (EMBC) Integrated Public
    Safety (IPS) to demonstrate the value of a science and
    technology (S&T) structured approach for improving emergency
    management capabilities. This type of structured S&T approach is
    usually referred to as operational research (OR), which is the
    application of scientific techniques to support decision making
    and planning.
    
    The objective of EMBC-DRDC collaborative project is to evaluate
    options at the municipal and regional levels as applied to their
    risk assessment and critical infrastructure (CI) programs. 
    There is a strong interdependency between the two programs as
    one must understand risk to understand risk to critical
    infrastructure but on the other hand one must understand
    critical infrastructure vulnerabilities to fully understand
    risk.  This interdependency is reflected in the
    multi-stakeholder nature of an effective risk management
    framework for treating priority risks.
    
    Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of statement of
    capabilities that it meets the following requirements:
    
    1)	The Contractor must have a minimum of five (5) years of
    experience within the last ten (10) years conducting decision
    support analyses related to complex operational level issues
    involving human safety and security.  
    
    	Complex issues are those that affect multiple stakeholder
    groups responsible for human safety and security.  These would
    include law enforcement, security, health, emergency management
    and humanitarian aid agencies.  
    
    	Operational level issues are those that are comprehensive for
    an entire community or region.  An example would be decision
    support analyses conducted in support of the commander of a
    major relief operation.
    
    2)	The Contractor must have demonstrated proficiency in the
    following analytical approaches and methods:
    
    Applying Value-Focused Thinking to identify fundamental and
    means objectives
    Bayesian Networks
    Influence Diagrams
    A proven method for incorporating metrics into a Value-Focused
    Thinking approach
    A proven method for integrating Value-Focused Thinking  and
    metrics into Bayesian Networks
    Multi-Criteria Decision Analysis/Multi-Attribute Utility Theory
    
    Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreement: 
    
    Agreement on Internal Trade (AIT)
    
    Justification for the Pre-Selected Supplier
    
    KadSci is the only known vendor who has a demonstrated
    methodology and strategic perspective along with scientific and
    mathematical expertise to model complex operations with metrics
    as required for this project.
    
    They have over 40 years of experience designing evaluation
    approaches and conducting actual evaluations of complex
    operations. They have developed a unique approach to
    representing and evaluating complex operations called Value
    Focused Metrics (VFM).  The method extends the state of the art
    in strategic, scenario mission to task modeling beyond the
    dendritic, hierarchical modeling tools and techniques that are
    currently available in the market today.  More importantly, The
    VFM technique connects critical measures to both outcome and
    output measures of effectiveness.  Furthermore, their technique
    supports the explicit integration of uncertainty  into the
    assessment model providing decision-makers with deeper insight
    into situational risks and the ability to explore how those
    risks might be most cost effectively mitigated.  
    
    Government Contracts Regulations Exception
    
    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".
    
    Ownership of Intellectual Property
    
    Canada intends to retain ownership of any Foreground
    Intellectual Property arising out of the proposed contract on
    the basis that the main purpose of the contract is to generate
    knowledge and information for public dissemination
    
    The period of the proposed contract
    
    The proposed contract is for a period of one year from  date of
    contract award.
    
    A cost estimate of the proposed contract`
    
    The estimated value of the contract is $ 169,500.00 (GST/HST
    included).
    
    Name and address of the pre-identified supplier
    
    KadSci, LLC
    7225 Whitson Dr.
    Springfield, Virginia 22153
    USA
    
    
    
    Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the 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.
    
    Inquiries and Submission of Statement of Capabilities
    
    The closing date for accepting statements of capabilities in
    April 2, 2013, 2:00 p.m. EDT.
    
    Inquiries and statements of capabilities are to be directed to:
    
    Celeste Clermont
    Defence Sciences Division
    Acquisitions  Branch
    11C1, Phase III - Place du Portage
    11, rue Laurier, Gatineau QC K1A 0S5 
    
    Telephone:  819-956-1401
    Facsimile:  819-997-2229
    Email: celeste.clermont@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

    • Agreement on Internal Trade (AIT)

    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
    Clermont, Céleste
    Phone
    (819) 956-1401 ( )
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, K1A 0S5

    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
    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: