Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-07-15 00:00:00
Canada CanadaBuys

Learning Services - Senior Subject Matter Expert (W6570-22ATT1/B)

Process Number PW-$EDM-607-12265

Dates:


Publication date:

2022-07-15 00:00:00

Amendment date:

2022/07/15

Date closing:

2022/09/13 14:00 Mountain Daylight Time (MDT)

Details:


Region of delivery:

Manitoba

End user entity:

Department of National Defence

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

Suppliers on permanent list or able to meet qualification requirements

Reference number:

PW-$EDM-607-12265

Solicitation number:

W6570-22ATT1/B

Description:


Description:

Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: LEARNING SERVICES SUPPLY ARRANGEMENT (SA) REQUEST FOR PROPOSAL (RFP) FOR THE REQUIREMENT OF STREAM: 2. INSTRUCTIONAL DESIGN AND DEVELOPMENT SERVICES; CATEGORY: 2. CONTENT SUBJECT MATTER EXPERT (SME) 1. The requirement described herein is open only to PWGSC Learning Services SA Suppliers for the following Learning Services SA Consultant Category, level of expertise, security level, region and tier: Learning Services’ Supply Arrangement (E60ZH-2100LS) This requirement is for the Department of National Defence. Stream: 2 - Instructional Design and Development Services Category: 2. Content Subject Matter Expert (SME) Number of contracts to be awarded: One (1) Number of Resources and Level of Effort: 1 x 1 Senior Content Subject Matter Expert Supplier Security Clearance: Secret Document Safeguarding: Protected B / DOS Controlled Goods access: Yes Region/Metropolitan Area: Western Region, Winnipeg Estimated Requirement Dollar Value Range: Greater than CKFTA to $3.75 million 2. REQUIREMENT: SENIOR SUBJECT MATTER EXPERT SUPPORT SERVICES FOR AEROSPACE ENGINEERING TECHNICAL TRAINING QUALITY AND QUANTITY CONTROL The Department of National Defence requires Subject Matter Expert for 2 Canadian Air Division Headquarters (2 CAD HQ). The 2 CAD HQ Airforce Training Directorate requires one (1) subject matter expert in the employment of aviation, avionics, and/or aircraft structures technicians in the provision of aircraft servicing and maintenance to provide support to the Aerospace Engineering Technical Training Qualification Manager and training development officer (learning designer) in the conduct of the Quality Control process’ analysis phase, and the conduct of TTSVs for the RCAF training establishments responsible for these aircraft maintenance technical training programmes. The period of the Contract is from date of Contract to 2024-03-31 with the irrevocable option to extend the term of the Contract by up to three (3) additional one (1) year periods. 3. SECURITY REQUIREMENTS: 3.1 The following security requirements (SRCL and related clauses provided by the Contract Security Program) apply and form part of the Contract. SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE No. W6570-22ATT1 3.1.1 The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, with approved Document safeguarding at the level of PROTECTED B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC). 3.1.2 This contract includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada (PWGSC). 3.1.3 The Contractor/Offeror personnel requiring access to CLASSIFIED/PROTECTED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CSP, PWGSC. 3.1.4 Processing of PROTECTED information electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer. 3.1.5 Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC. 3.1.6 The Contractor/Offeror must comply with the provisions of the: a) Security Requirements Check List and security guide (if applicable), attached at Annex "B"; b) Contract Security Manual (Latest Edition). 3.2 Contractor’s Sites or Premises Requiring Safeguarding Measures 3.2.1 Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date the information related to the Contractor’s and proposed individuals’ sites or premises for the following addresses: Street Number / Street Name, Unit / Suite / Apartment Number City, Province, Territory / State Postal Code / Zip Code Country 3.2.2 The Company Security Officer must ensure through the Contract Security Program that the Contractor and individuals hold a valid security clearance at the required level. 4. EVALUATION AND SELECTION: 4.1 Basis of Selection - Highest Combined Rating of Technical Merit and Price 4.1.1 To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; and b. meet all mandatory criteria; and c. obtain the required minimum of 35 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 78 points. 4.1.2 Bids not meeting (choose (a) or (b) or (c) will be declared non-responsive. 4.1.3 The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 55% for the technical merit and 45% for the price. ----------------------------------- Request for Proposal (RFP) documents will be e-mailed directly from the PWGSC Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. [BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).] LIST OF PRE-QUALIFIED SUPPLIERS This requirement is open to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier: 1. 4Plan consulting Corp 2. Accenture Inc. 3. Altis human resources (Ottawa) Inc. 4. Alturistic Informatics Consulting Inc. 5. Bluedrop Performance Learning Inc. 6. Bulletproof Solutions ULC 7. CAE Inc. 8. Calian Ltd. 9. Deloitte Inc. 10. Ernst & Young LLP 11. Groupe Intersol Group Ltee. 12. Hyperactive Productions Inc. 13. Reticle Venture Canada Incorporated 14. Samson & Associés CPA/Consultation Inc 15. TRM Technologies Inc 16. Valcom Consulting group Inc 17. Zernam Enterprise Inc. ---------------------------------------------------- Contracting Authority Lorraine Jenkinson Procurement Specialist Public Works and Government Services Canada Procurement Branch, Western Region Canada Place, Suite 1000 9700 Jasper Avenue NW Edmonton AB, T5J 4C3 Telephone: 587-337-2458 E-mail address: lorraine.jenkinson@pwgsc-tpsgc.gc.ca --------------------------------------------------------------- IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS Suppliers are strongly encouraged to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level. To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Western Region Bid Receiving Unit’s generic address at roreceptionSoumissions.wrbidreceiving@tpsgc-pwgsc.gc.ca Faxed bids will be accepted at 1-418-566-6167. Hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation. Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.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.

Contact information:


Contact name:

Jenkinson, Lorraine

Contact email:

lorraine.jenkinson@pwgsc-tpsgc.gc.ca

Contact phone:

(587) 337-2458 ( )

Contact address:

Contact Fax:

(418) 566-6167

Solicitation Documents:


File Amendment Number Language Date added