RESEARCH & INVESTIGATION SERVICES

Solicitation number 51019-135023/A

Publication date

Closing date and time 2014/06/02 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    PROJECT TITLE
    
    Research and Investigation Services
    
    OBJECTIVE
    
    The Office of the Veterans Ombudsman requires qualified
    resources to:
    
    ·	Conduct research, analysis and writing to identify and present
    systemic issues relevant to programs and services provided by or
    administered by Veterans Affairs;
    ·	Plan and conduct investigations, further investigations and
    case management activities for complaints by Canada's Veterans
    and their representatives to ensure that a complete factual
    situation is presented.
    
    SCOPE 
    
    Types of Services
    
    The Office of the Veterans Ombudsman must acquire the following
    Research and Investigation Services with qualified resources on
    an as and when requested basis:
    
    ·	Research Analysis Services: compare and analyze complaints
    documents, policies and procedures, conduct research to support
    identification of systemic issues, and prepare analytical
    reports to assist in understanding the context, statutory
    framework, and development of systemic issues relevant to
    programs and services provided by or administered by Veterans
    Affairs;
    ·	Investigation Services: research specific topics and provide
    advice and/or conduct fact finding activities and examinations,
    determine fairness of process/policy, conduct interviews, manage
    files and prepare preliminary and final reports on specifically
    identified issues.
    
    	Within the provision of research and investigation services,
    the Contractor must take into 			consideration, the expertise
    provided by subject matter experts, in relation to any one (1)
    or 		more of the following areas:
    
    ·	Business Practices - the review and analysis of existing work
    processes, organizational structure and business functional
    requirements;
    ·	Health Care Claims - the application of Department specific
    criteria and policy;
    ·	Mental Health - the assessment of treatment plans and health
    programs and services management;
    ·	Geriatric Care - the assessment of treatment plans and health
    programs and services management for geriatric or aged
    individuals;
    ·	Rehabilitation - the assessment of rehabilitation programs and
    therapies management;
    ·	Ergonomics - the assessment of adapting work processes and
    conditions in the work environment;
    ·	Legal and Regulatory Advice - the identification of legal and
    regulatory risks and opportunities in project and program
    objectives and priorities;
    ·	Pensions/Awards and Insurance - the review of plans or claims
    for entitlement or assessments awarded for pensioned conditions;
    ·	Aboriginal Veterans Affairs - the review and analysis of
    compensation and services within the cultural context; and
    ·	Industry Standard Practices - the identification and
    comparison of domestic and international standard practices
    within the private sector or other organizations in contrast to
    the range and level of services provided by VAC.
    
    
    Tasks
    
    While individual requirements will be specified in each task
    authorization, on an as when requested basis, the Contractor
    must carry out the work outlined below, and provide the required
    deliverable(s), in accordance with section 6 of the statement of
    work, to the satisfaction of the Project Authority.
    	
    All work is to be done in conformity with the instructions
    issued by the Project Authority.
    
    Research and Analysis Services
    
    The Contractor must, on an as and when requested basis, carry
    out the Research and Analysis activities described below:
    
    ·	Review and analyze complaints documents, statistical data,
    policies and procedures to identify all factual and systemic
    issues relevant to programs and services provided by or
    administered by VAC;
    ·	Prepare a Research Design Plan for review and acceptance by
    the Project Authority. The Research Design Plan shall identify
    the methodology (tool and method) used to collect data, the  key
    information repositories and the primary and secondary sources, 
    their expected relevance to the requested item(s) of research,
    the expected time required to review  and analyze the sources,
    and where applicable, suggest additional or alternative sources
    or repositories that should be considered, along with the time
    required to review  and analyze these additional sources;
    ·	Prepare a Research Work Plan for research related projects,
    breaking down the research major activities, including work to
    be done by others (research analysts, etc.), and estimating the
    time (effort) spent to complete each activity;
    ·	Prepare a paragraph by paragraph analysis of the documents
    setting out a factual analysis of each issue raised, providing
    document citations supporting the facts and analysis relied upon;
    ·	Prepare analytical research reports and analysis of the facts,
    based on analysis of the collected documents, an any other
    criteria/methodologies required by the Project Authority;
    ·	Prepare briefing materials on issues related to the requested
    item(s) of research for the Project Authority;
    ·	Support others (research analysts, etc.) in the planning,
    management and quality assurance of research;
    ·	Prepare regular status/progress reports on resource work done
    to date, the progress and milestones of the work;
    ·	Answer questions and suggest further sources and avenues for
    all research activities; and,
    ·	Participate in regularly scheduled Review Boards; and,
    ·     Perform other Research Analysis functions, as requested by
    the Project Authority.
    
    Investigation Services
    The Contractor must, on an as and when requested basis, carry
    out the Investigation activities described below, in support of
    the Office of the Veterans Ombudsman:
    
    ·	Provide support and assistance in planning and conducting
    investigations for complaints by VAC applicants or clients and
    their representatives; 
    ·	Interpret applicable legislation (for example, the Veterans
    Bill of Rights), case law, jurisprudence and precedents, and
    compare previous decisions of the Ombudsman and recent policy
    positions, announcements and statement by the Ombudsman for
    consistency;
    ·	Meet with and interview the complainant, any witnesses related
    to the complaint, and VAC officials up to the senior levels of
    involved programs/services;
    ·	Write Investigation Reports;
    ·	Participate in case review and strategy meeting with the
    Ombudsman Executive Committee;
    ·	Research and analyze the allegation and circumstances of the
    complaint(s);
    ·	Gather,  analyze and store the data, information and evidence,
    in a confidential and protected manner;
    ·	Collaborate and consult with the Office of the Veterans
    Ombudsman to discuss and review legal issues, to advise them of
    developments or events with respect to investigations, to share
    expertise and experience, and to collaborate on shared tasks or
    ventures; and
    ·	Provide other related investigations functions, as requested
    by the Project Authority
    
    PERIOD OF CONTRACT
    
    The period of the Contract will be from date of Contract to
    November 15, 2017 and the date of commencement of services must
    be November 16, 2014 to November 15, 2017 with an irrevocable
    option to extend the contract period by up to three (3)
    additional one (1) year periods under the same terms and
    conditions.
    
    SECURITY REQUIREMENT
    
    1. 	The Contractor must, at all times during the performance of
    the Contract/Standing Offer, hold a valid Designated
    Organization Screening (DOS) with approved Document Safeguarding
    at the level of PROTECTED B, issued by the Canadian Industrial
    Security Directorate, Public Works and Government Services
    Canada.
    
    2. 	The Contractor personnel requiring access to PROTECTED
    information, assets or work site(s) must EACH hold a valid
    RELIABILITY STATUS, granted or approved by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC).
    
    3. 	The Contractor MUST NOT utilize its Information Technology
    systems to electronically process, produce or store PROTECTED
    information until the CISD/PWGSC has issued written approval. 
    After approval has been granted or approved, these tasks may be
    performed at the level of PROTECTED B.
    
    4. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    5. 	The Contractor must comply with the provisions of the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex C;
    	(b) 	Industrial Security Manual (Latest Edition)
    
    MANDATORY CRITERIA
    
    Experience of the Bidder:
    
    MT1: At bid closing, the Bidder must have acquired, within the
    last 3 years, experience in providing resources, to clients
    exterior to the Bidder's own organization, that have experience
    in conducting:
     -Research Analysis related activities, as defined in the
    Statement of Work, in the area of legislation, policy/procedure
    or program/service review and analysis, as well as one or more
    of the following :
    
     -Investigation related activities, as defined in the Statement
    of Work, in the practice of law or counseling or investigation
    prosecution of cases or hearings of administrative/ criminal
    cases or legal research.
    
    Proposed Resources:
    
    For the purpose of resource qualifications, experience gained
    during formal education will not be considered work experience. 
    All requirements for work experience must be obtained in a
    legitimate work environment as opposed to an educational
    setting.  Co-op terms are considered work experience provided
    that they are related to the required services.  Listing
    experience without providing any supporting information
    describing where, when and how such experience was obtained will
    result in the experience not being included for evaluation
    purposes.
    
    For evaluation purposes:
    
    -Where means the name of the employer as well as the
    position/title held by the individual;
    -When means the start date and end date (e.g. from January 2010
    to March 2012) of the period during which the individual
    acquired the qualification/experience; and
    -How means a clear description of the activities performed and
    the responsibilities assigned to the individual under this
    position and during this period.
    
    Bidders are advised that the month(s) of experience listed for a
    project in which the time frame overlaps that of another
    referenced project for the same named Resource will only be
    counted once.
    
    For example: Project #1 time frame is July 2013 to December
    2013; Project #2 time frame is October 2013 to January 2014; the
    total months of experience for these two project references is
    seven (7) months.
    
    MT2: The Bidder must provide two Research Analysts.
    MT3: At bid closing, each proposed Research Analyst must have
    acquired three (3) years of full-time professional work
    experience, within the last 10 years, conducting Research
    Analysis related activities, as defined in the Statement of
    Work, in the area of legislation, policy/procedure or
    program/service review and analysis, precedent cases, or
    statistical research, or Ombudsman related research activities.
    MT4: Each proposed Research Analyst must have completed a
    bachelor's degree in the field of Administration, Social
    Sciences, Criminology, Law or equivalent.
    Or
    
    If the proposed Research Analysts did not complete a bachelor's
    degree, they must have two additional years of experience (total
    5 years) as described above.
    MT5: The Bidder must provide two Investigators.
    MT6: At bid closing, each proposed Investigators must have
    acquired five (5) years of full-time professional work
    experience, within the last 10 years, conducting Investigation
    related activities, as defined in the Statement of Work, in the
    practice of law, counseling, investigation/ prosecution of
    cases, hearings of administrative/ criminal cases, legal
    research or Ombudsman or related operational activities.
    MT7: At bid closing, the proposed Investigator must have
    completed a bachelor's degree in the field of Administration,
    Social Sciences, Criminology, Law or equivalent.
    Or
    
    If the proposed Investigators did not complete a bachelor's
    degree, they must  have two additional years of experience
    (total 7 years) as described above.
    BASIS OF SELECTION  
    
    Lowest Evaluated Price	
    
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory evaluation criteria to be declared
    responsive.  
    
    The responsive bid with the lowest evaluated price will be
    recommended for award of a contract.
    
    CONTRACTING AUTHORITY
    
    Name:  Jocelyne C Gagnon
    	Title:  Supply Specialist
    	Public Works and Government Services Canada
    	Acquisitions Branch
    	Directorate: Business Management and Consulting Services
    Division 
    	Address:11 Laurier Street, Portage III, 10C1, Ottawa, Ontario,
    K1A 0S5
    
    Telephone: (819) 956-0575
    Facsimile:  (819) 956-2675
    	E-mail address:  jocelyne.c.gagnon@tpsgc-pwgsc.gc.ca
    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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Gagnon, Jocelyne C.
    Phone
    (819) 956-0575 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    11
    003
    English
    1
    002
    English
    1
    000
    English
    31
    003
    French
    4
    002
    French
    0
    001
    French
    0
    000
    French
    3

    Access the Getting started page for details on how to bid, and more.

    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)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price