Compensation Model and Program Design Options for a Potential Buyback Program for Recently Prohibited Firearms (202101502-1)
Tender Notice - Notice of Proposed Procurement (NPP)
Status
- Status
- Awarded
Dates
- Publication date
- 2020/10/16
- Amendment date
- 2020/11/03
- Date closing
- 2020/11/10 14:00 Eastern Standard Time (EST)
Details
- GSIN
- Region of delivery
- National Capital Region
- End user entity
- Public Safety and Emergency Preparedness Canada
- Procurement entity
- Public Safety and Emergency Preparedness Canada
- Region of opportunity
- Canada
- Tendering procedure
- Selective
- Trade agreement
-
- Canada-Chile Free Trade Agreement (CCFTA)
- Canada-Colombia Free Trade Agreement
- Canada-Peru Free Trade Agreement (CPFTA)
- World Trade Organization-Agreement on Government Procurement (WTO-AGP)
- Canada-Panama Free Trade Agreement
- Canada-Korea Free Trade Agreement (CKFTA)
- Canada-Honduras Free Trade Agreement
- Canadian Free Trade Agreement (CFTA)
- Comprehensive Economic and Trade Agreement (CETA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
- Canada-Ukraine Free Trade Agreement
- Reference number
- PW-20-00930144
- Solicitation number
- 202101502-1
Description
SOLUTIONS-BASED PROFESSIONAL SERVICES (TSPS) REQUIREMENT
This solicitation cancels and supersedes previous solicitation number 202101502 dated August 8, 2020, due on September 9, 2020.
Title
Compensation Model and Program Design Options for a Potential Buyback Program for Recently Prohibited Firearms
This requirement is for Public Safety Canada
This requirement is open only to those Supply Arrangement (SA) Holders under E60ZT-16TSSB who qualified under Tier 1 for the following stream:
Stream 3: Project management services
Only selected Task and Solutions Professional Services (TSPS) SA Holders currently holding a TSPS SA under the E60ZT-16TSSB series of SAs are invited to compete. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority to request an invitation at any time prior to five business days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement process. In no circumstance will such an invitation require Canada to extend a bid closing date.
SA Holders that are invited to compete as a joint venture must submit a bid as that joint venture SA Holder, forming no other joint venture to bid. Any joint venture must be already qualified under the E60ZT-16TSSB series as that joint venture at the time of bid closing in order to submit a bid.
The following SA Holders have been invited to submit a proposal.
- ACF Associates Inc.
- Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
- AECOM Canada Ltd.
- Babcock Canada Inc.
- BMT CANADA LTD.
- CGI Information Systems and Management Consultants Inc.
- Colliers Project Leaders Inc.
- Ernst & Young LLP
- IBM Canada Limited/IBM Canada Limitée
- Lansdowne Technologies Inc.
- NIVA Inc
- Pricewaterhouse Coopers LLP
- Raymond Chabot Grant Thornton Consulting Inc.
- Sierra Systems Group Inc.
- Tiree Facility Solutions Inc.
Description of the Requirement:
Public Safety Canada is seeking professional services for the development of a range of options and approaches to inform the design and implementation of a potential buyback program for recently prohibited firearms. The work under this contract will be completed in a two-phased approach.
Phase One will require the Contractor, by no later than February 8, 2021, to consult with other government departments, potentially consult with other levels of government, as well as additional experts in the industry to create compensation model options that include, at a minimum, the following:
- Identification of a proposed compensation structure for each affected firearm;
- Analysis of benefits and risks associated with each compensation model; and
- Identification of other considerations that may impact the feasibility of each approach and/or model.
Phase Two of the work will be managed through a Task Authorization process and will include the review and revision, where required, of the program design steps and processes to align with the decision made at the end of Phase One. This phase will also include the implementation of the selected process options, associated controls and system improvements, if required.
Level of Security Requirement:
Security Requirement: Common SRCL #36 applies
Minimum Corporate Security Required: Facility Security Clearance
Minimum Resource Security Required: Secret
Document Safeguarding: Protected B
Proposed period of contract:
For Phase One of the Work, the proposed period of contract will be from the date of Contract award to March 31, 2021.
The Contractor grants to Canada the irrevocable option to acquire the services for Phase Two of the Work for up to one additional two-year period under the same conditions.
Inquiries
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Public Safety Canada retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
NOTE:
The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
Contact information
- Contact name
- Contracting and Procurement Services | Section des contrats et approvisionnement
- Contact email
- ps.contractunit-unitedecontrats.sp@canada.ca
- Contact address
269 Laurier Avenue West Ottawa ON K1A 0P8 CA
Notifications
Get notifications for this tender notice:
RSS feed Atom feed
For more information on notifications, visit the Follow Opportunities page.
Activity
The following statistics are only for the English page and are provided in close to real time. To calculate the total activity for a tender notice, you will need to add the English and French statistics.
- Page views
(English page) - -
- Unique page views
(English page) - -
Support for smaller businesses
If you have questions specific to this procurement, please contact the Contracting Authority identified in the “Contact information” section of this tender notice.
If you need help understanding the federal procurement process or registering as a supplier, contact the Office of Small and Medium Enterprises. We have a network of offices across Canada.
Access and terms of use
Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.
You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.
Related award notices
Title of related award notice | Value of related award notice | End user entity | Contract award date |
---|---|---|---|
Compensation Model and Program Design Options for a Potential Buyback Program for Recently Prohibited Firearms (7247366) | CAD 1 177 460.00 | Public Safety and Emergency Preparedness Canada | 2020/12/29 |