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)
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
- Clermont, Céleste
- Phone
- (819) 956-1401 ( )
- Address
-
11C1, Phase III
Place du Portage
11 Laurier St. / 11, rue LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.