Vous êtes sur la page 1sur 52

National Defence Défense nationale

National Defence Headquarters Quartier général de la Défense nationale


Ottawa, Ontario Ottawa (Ontario)
K1A 0K2 K1A 0K2

Title / Titre: Solicitation No / No de l’invitation:


REQUEST FOR PROPOSAL / Intermediate Project Manager for Site Support and Facility Managemet
DEMANDE DE PROPOSITION Services for the Future Aircrew Training (FAcT) Program
W471-6000582818

Proposal To: National Defence Canada Date of Solicitation / Date de l’invitation:


September 20, 2022
We hereby offer to sell to Her Majesty the
Queen in right of Canada, in accordance with Address Enquiries to – Adresser toutes questions à:
the terms and conditions set out herein, referred
to herein or attached hereto, the goods and
Katelyn Ferguson
services listed herein and on any attached Email: Katelyn.Ferguson@forces.gc.ca
sheets at the price(s) set out therefore.
Directorate Major Procurement
Proposition à : Défense nationale Canada
Nous offrons par la présente de vendre à Sa
Majesté la Reine du chef du Canada, aux
conditions énoncées ou incluses par référence
dans la présente et aux annexes ci-jointes, les
biens et services énumérés ici et sur toute
feuille ci-annexée, au(x) prix indique(s).
Telephone No. / No de téléphone: FAX No / No de fax:
Comments - Commentaires 343-574-9126
THIS DOCUMENT CONTAINS A SECURITY Destination:
REQUIREMENT. See Herein
This Request for Proposal (RFP) is issued
against the Public Works and Government
Services (PWGSC) Task and Solutions
Professional Services (TSPS) Supply
Arrangement (SA).

Issuing Office - Bureau de distribution


Future Aircrew Training (FAcT) Program
D Maj Proc
DG Proc Svcs
ADM (Mat) Instructions:
Municipal taxes are not applicable. Unless otherwise specified herein all prices quoted must include all applicable
Canadian customs duties, GST/HST, excise taxes and are to be delivered Delivery Duty Paid including all delivery charges to
destination(s) as indicated. The amount of the Goods and Services Tax/Harmonized Sales Tax is to be shown as a separate
item.
SOLICITATION CLOSES
L'INVITATION PREND FIN Instructions:
Les taxes municipales ne s'appliquent pas. Sauf indication contraire, les prix indiqués doivent comprendre les droits de
at - à douane canadiens, la TPS/TVH et la taxe d'accise. Les biens doivent être livrés «rendu droits acquittés», tous frais de
livraison compris, à la ou aux destinations indiquées. Le montant de la taxe sur les produits et services/taxe de vente
02:00 PM
on - le Delivery required / Livraison exigée: Delivery offered / Livraison proposée:
06 October 2022
Time Zone: - Fuseau horaire : Vendor Name and Address / Raison sociale et adresse du fournisseur:
Eastern Daylight Time (EDT)

Name and title of person authorized to sign on behalf of vendor (type or print) / Nom et titre de la personne
autorisée à signer au nom du fournisseur (caractère d'imprimerie):

Name / Nom: __________________________________ Title / Titre: _____________________________

Signature:__________________________________ Date: _____________________________


Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

TABLE OF CONTENTS

PART 1 – GENERAL INFORMATION ......................................................................................................... 3


1.1 INTRODUCTION................................................................................................................................. 3
1.2 SUMMARY ..................................................................................................................................... 3-4
1.3 SECURITY ........................................................................................................................................ 4
1.4 TRADE AGREEMENTS ....................................................................................................................... 4
1.5 COMPREHENSIVE LAND CLAIMS AGREEMENTS (CLCAS).................................................................... 4
1.6 CONTROLLED GOODS PROGRAM ..................................................................................................... 4
1.7 DEBRIEFINGS ................................................................................................................................... 4
1.8 CONFLICT OF INTEREST ................................................................................................................. 4-5
ATTACHMENT 1 TO PART 1, LIST OF SUPPLIERS ................................................................................. 6
PART 2 – BIDDER INSTRUCTIONS ........................................................................................................... 9
2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ..................................................................... 7
2.2 SUBMISSION OF BIDS ....................................................................................................................... 7
2.3 FORMER PUBLIC SERVANT – COMPETITIVE BID .............................................................................. 7-8
2.4 INQUIRIES - BID SOLICITATION .......................................................................................................... 9
2.5 APPLICABLE LAWS ........................................................................................................................... 9
2.6 BASIS FOR CANADA’S OWNERSHIP OF INTELLECTUAL PROPERTY ....................................................... 9
2.7 BID CHALLENGE AND RECOURSE MECHANISMS ............................................................................... 10
PART 3 – BID PREPARATION INSTRUCTIONS ...................................................................................... 11
3.1 BID PREPARATION INSTRUCTIONS ................................................................................................... 11
ATTACHMENT 1 TO PART 3, PRICING SCHEDULE .............................................................................. 14
PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION ................................................. 15
4.1 EVALUATION PROCEDURES ............................................................................................................ 15
4.1.1 TECHNICAL EVALUATION ................................................................................................................ 15
4.1.1.1 JOINT VENTURE EXPERIENCE ...................................................................................... 15-16
4.1.1.2 MANDATORY TECHNICAL CRITERIA..................................................................................... 16
4.1.1.3 POINT RATED TECHNICAL CRITERIA ................................................................................... 16
4.1.2 FINANCIAL EVALUATION .................................................................................................................. 16
4.2 BASIS OF SELECTION ..................................................................................................................... 16
4.2.1. Highest Combines Rating of Technical Merit (60%) and Price (40%) ......................... 16-17
ATTACHMENT 1 TO PART 4, TECHINCAL CRITERIA ...................................................................... 18-26
PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION .......................................................... 27
5.1 CERTIFICATIONS REQUIRED WITH THE BID ....................................................................................... 27
5.1.1 INTEGRITY PROVISIONS - DECLARATION OF CONVICTED OFFENCES .................................................. 27
5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION ........................ 27
5.2.1 Integrity Provisions – Required Documentation ................................................................ 27
5.2.2 Federal Contractors Program for Employment Equity - Bid Certification .................... 27-28
5.2.3 Additional Certifications Precedent to Contract Award ..................................................... 28
5.2.3.1 Status and Availability of Resources ................................................................................. 28
5.2.3.2 Education and Experience ................................................................................................ 28
5.2.3.3 Former Public Servant Disclosure-Bid .............................................................................. 28
5.2.3.4 Security Information ..................................................................................................... 28-29

1 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

ATTACHMENT 1 TO PART 5, ADDITIONAL CERTIFICATIONS REQUIRED PRECEDENT TO


CONTRACT AWARD ................................................................................................................................. 30
PART 6 – SECURITY, FINANCIAL AND OTHER REQUIREMENTS ....................................................... 31
6.1 SECURITY REQUIREMENT (CHECK PART 1 AND 7)............................................................................. 31
6.2 CONTROLLED GOODS REQUIREMENT ......................................................................................... 31-32
PART 7 – RESULTING CONTRACT CLAUSES ....................................................................................... 33
7.1 STATEMENT OF W ORK.................................................................................................................... 33
7.2 STANDARD CLAUSES AND CONDITIONS ........................................................................................... 33
7.2.1 General Conditions ...................................................................................................... 33-34
7.2.2 Inspection and Acceptance ............................................................................................... 34
7.2.3 Non-Disclosure Agreement ............................................................................................... 34
7.3 SECURITY REQUIREMENT .......................................................................................................... 34-35
7.4 TERM OF CONTRACT ...................................................................................................................... 35
7.4.1 Period of the Contract ....................................................................................................... 35
7.4.2 Termination on Thirty Day’s Notice .................................................................................. 35
7.5 AUTHORITIES ................................................................................................................................. 35
7.5.1 Contracting Authority.................................................................................................... 35-36
7.5.2 Technical Authority............................................................................................................ 36
7.5.3 Contractor's Representative.............................................................................................. 36
7.6 PAYMENT....................................................................................................................................... 36
7.6.1 Basis of Payment .............................................................................................................. 36
7.6.1.1 Limitation of Expenditures .................................................................................... 36
7.6.1.2 Limitation of Expenditures for Authorized travel and Living Expenses ..... 36-37
7.6.2 Method of Payment ........................................................................................................... 37
7.6.3 Electronic Payment of Invoices - Contract ........................................................................ 37
7.7 INVOICING INSTRUCTIONS .......................................................................................................... 37-38
7.8 CERTIFICATIONS AND ADDITIONAL INFORMATION ............................................................................. 38
7.8.1 Compliance ....................................................................................................................... 38
7.9 APPLICABLE LAWS ......................................................................................................................... 38
7.10 PRIORITY OF DOCUMENTS .............................................................................................................. 38
7.11 DEFENCE CONTRACT ................................................................................................................ 38-39
7.12 INSURANCE REQUIREMENTS............................................................................................................ 39
7.13 CONTROLLED GOODS .................................................................................................................... 39
7.14 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ................................ 39-40
7.15 DISPUTE RESOLUTION .................................................................................................................... 40
7.16 ADDITIONAL CLAUSES .................................................................................................................... 40
7.16.1 Professional Services........................................................................................................ 40
7.16.2 Access to DND Computer Systems and Non-Disclosure Agreement .............................. 40
7.16.3 Embedded Contractor Letter of Acknowledgement .......................................................... 40
ANNEX A, STATEMENT OF WORK ................................................................................................... 41-43
ANNEX B, BASIS OF PAYMENT ......................................................................................................... 44-45
ANNEX C, SECURITY REQUIREMENTS CHECK LIST ...................................................................... 46-49
ANNEX D, NON-DISCLOSURE AGREEMENT ......................................................................................... 50
ANNEX E, EMBEDDED CONTRACTOR LETTER OF ACKNOWLEDGEMENT ..................................... 51

2 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

INTERMEDIATE PROJECT MANAGER


Bid solicitation # W471-6000582818, issued under the framework of the E60ZT-18TSPS Supply
Arrangement for task-based professional services, for the provision of the following professional services:
One (1) Project manager, intermediate.

PART 1 – GENERAL INFORMATION


1.1 Introduction

The bid solicitation is divided into seven parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid
solicitation;

Part 3 Bid Preparation Instructions: provides Bidders with instructions on how to prepare their bid;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted,
the evaluation criteria that must be addressed in the bid, and the basis of selection;

Part 5 Certifications and Additional Information: includes the certifications and additional information to
be provided;

Part 6 Security, Financial and Other Requirements: includes specific requirements that must be
addressed by Bidders; and

Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting
contract.

The Attachments include the List of Suppliers, Confidentiality Agreement, Information – Ontario Labour
Legislation, Pricing Schedule, TSPS Flexible Grid, Technical and financial criteria, Additional
Certifications required with the bid, Additional Certifications required precedent to contract award.

The Annexes include the Statement of Work, the Basis of Payment, the Security Requirements Checklist,
the Non-Disclosure Agreement and the Embedded Contractor Letter of Acknowledgement.

The list of suppliers being invited to bid on this bid solicitation is provided as Attachment 1 to Part 1. This
list will not be updated if additional suppliers request copies of the bid solicitation.

1.2 Summary

This bid solicitation is being issued to satisfy the requirement of The Royal Canadian Air Force (RCAF)
using the Task and Solutions Professional Services (TSPS) Supply Arrangement. This requirement is for
the services of one (1) Intermediate Project Manager (PM) to support the Future Aircrew Training (FAcT)
program. More specifically, Site Support Services and Facility Management portions related to the
program.

3 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
It is intended to result in the award of one (1) contract. The requirement is for a contract period of 21
months from the date of contract award.

1.3 Security

There are security requirements associated with this requirement. For additional information, consult Part
6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more
information on personnel and organization security screening or security clauses, Bidders should refer to
the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-
pwgsc.gc.ca/esc-src/introduction-eng.html ) website.

1.4 Trade Agreements

The requirement is subject to the provisions of: The World Trade Organization Agreement on
Government Procurement (WTO-AGP),The Canada Korea Free Trade Agreement, (CKFTA),The
Canadian Free Trade Agreement (CFTA),The Canada – European Union Comprehensive Economic and
Free Trade Agreement (CETA), The Comprehensive and Progressive Agreement for Trans-Pacific
Partnership (CPTPP),The Canada – Chile Free Trade agreement (CCFTA), The Canada – Colombia
Free Trade Agreement (CColFTA), The Canada Honduras Free Trade Agreement (CHFTA), The
Canada – Panama Free Trade Agreement (CPanFTA),The Canada – Peru Free Trade Agreement
(CPFTA) and The Canada – Ukraine Free Trade Agreement (CUFTA)

1.5 Comprehensive Land Claims Agreements (CLCAs)

The resulting contract will not include deliveries within locations within Yukon, Northwest Territories,
Nunavut, Quebec, or Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs).
Any requirements for deliveries within locations within Yukon, Northwest Territories, Nunavut, Quebec, or
Labrador that are subject to CLCAs will have to be treated as a separate procurement, outside of this bid
solicitation.

1.6 Controlled Goods Program

This procurement is subject to the Controlled Goods Program. The Defence Production Act defines
Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made
pursuant to the Export and Import Permits Act (EIPA).

1.7 Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the
request to the Contracting Authority within 15 working days from receipt of the results of the bid
solicitation process. The debriefing may be in writing, by telephone or in person.

1.8 Conflict of Interest

1. In order to protect the integrity of the procurement process, bidders are advised that Canada may
reject a bid in the following circumstances:

4 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

a. if the Bidder, any of its subcontractors, any of their respective employees or former
employees was involved in any manner in the preparation of the bid solicitation or in any
situation of conflict of interest or appearance of conflict of interest; and
b. if the Bidder, any of its subcontractors, any of their respective employees or former
employees had access to information related to the bid solicitation that was not available
to other bidders and that would, in Canada's opinion, give or appear to give the Bidder an
unfair advantage.
2. The experience acquired by a bidder who is providing or has provided the goods and services
described in the bid solicitation (or similar goods or services) will not, in itself, be considered by
Canada as conferring an unfair advantage or creating a conflict of interest. This bidder remains
however subject to the criteria established above.
3. Where Canada intends to reject a bid under this section, the Contracting Authority will inform the
Bidder and provide the Bidder an opportunity to make representations before making a final
decision. Bidders who are in doubt about a particular situation should contact the Contracting
Authority before bid closing. By submitting a bid, the Bidder represents that it does not consider
itself to be in conflict of interest nor to have an unfair advantage. The Bidder acknowledges that it
is within Canada's sole discretion to determine whether a conflict of interest, unfair advantage or
an appearance of conflict of interest or unfair advantage exists.

5 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

ATTACHMENT 1 TO PART 1, LIST OF SUPPLIERS


This list will not be updated if additional suppliers request copies of the bid solicitation.

Only selected TSPS SA Holders currently holding a TSPS SA under the E60ZT-18TSPS 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. The following SA Holders have been initially
invited to bid on this requirement.

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-18TSPS series as that joint venture at the time of bid closing in order to submit a bid.

1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
2. Cache Computer Consulting Corp.
3. Calian Ltd.
4. HDP Group Inc
5. Kelly Sears Consulting Group
6. Maverin Business Services Inc.
7. MGIS Inc.
8. NewLeaf Performance Inc.
9. Pleiad Canada Inc.
10. Sonovision Canada Inc.
11. Stratos Inc
12. TECSIS Corporation
13. Valcom Consulting group Inc.
14. WSP Canada Inc.
15. Zernam Enterprise Inc

6 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

PART 2 – BIDDER INSTRUCTIONS


2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set
out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-
guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government
Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid
solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2022-03-29) Standard Instructions - Goods or Services - Competitive Requirements, are
incorporated by reference into and form part of the bid solicitation.

Subsection 3.a) of Section 01, Integrity Provisions - Bid, of Standard Instructions 2003 incorporated by
reference above is deleted in its entirety and replaced with the following:

a) at the time of submitting an arrangement under the Request for Supply Arrangements (RFSA), the
Bidder has already provided a list of names, as requested under the Ineligibility and Suspension
Policy. During this procurement process, the Bidder must immediately inform Canada in writing of any
changes affecting the list of names.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is


amended as follows:

Delete: 60 days
Insert: 90 days.

2.2 Submission of Bids


Bids must be submitted only to the Procurement Authority by e-mail specified by the date and time
indicated on page 1 of the bid solicitation:

E-Mail Submissions: Individual e-mails that may include certain scripts, formats, embedded
macros and/or links, or those that exceed five (5) megabytes may be rejected by Canada’s e-mail
system and/or firewall(s) without notice to the Bidder or Contracting Authority. Larger bids may be
submitted through more than one e-mail. Canada will confirm receipt of documents. It is the Bidder’s
responsibility to ensure that its entire submission has been received. Bidders should not assume that all
documents have been received unless Canada confirms receipt of each document. In order to minimize
the potential for technical issues to affect bid receipt, bidders are requested to allow sufficient time before
the closing date and time to confirm receipt. Canada will not accept any bids submitted after the closing
date and time.

2.3 Former Public Servant – Competitive Bid

Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment
must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to
comply with Treasury Board policies and directives on contracts awarded to FPSs, bidders must provide
the information required below before contract award. If the answer to the questions and, as applicable
7 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
the information required have not been received by the time the evaluation of bids is completed, Canada
will inform the Bidder of a time frame within which to provide the information. Failure to comply with
Canada’s request and meet the requirement within the prescribed time frame will render the bid non-
responsive.

Definitions

For the purposes of this clause, "former public servant" is any former member of a department as defined
in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the Canadian Armed Forces
or a former member of the Royal Canadian Mounted Police. A former public servant may be:
a. an individual;
b. an individual who has incorporated;
c. a partnership made of former public servants; or
d. a sole proprietorship or entity where the affected individual has a controlling or major interest in
the entity.
"Lump sum payment period" means the period measured in weeks of salary, for which payment has been
made to facilitate the transition to retirement or to other employment as a result of the implementation of
various programs to reduce the size of the Public Service. The lump sum payment period does not
include the period of severance pay, which is measured in a like manner.
"Pension" means a pension or annual allowance paid under the Public Service Superannuation
Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement
Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to
the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension
Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act ,
1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11,
the Members of Parliament Retiring Allowances Act, R.S. 1985, c. M-5, and that portion of pension
payable to the Canada Pension Plan Act, R.S., 1985, c. C-8.

Former Public Servant in Receipt of a Pension

As per the above definitions, is the Bidder a FPS in receipt of a pension? Yes ( ) No ( )
If so, the Bidder must provide the following information, for all FPSs in receipt of a pension, as applicable:
a. Name of former public servant; and
b. Date of termination of employment or retirement from the Public Service.
By providing this information, Bidders agree that the successful Bidder’s status, with respect to being a
former public servant in receipt of a pension, will be reported on departmental websites as part of the
published proactive disclosure reports in accordance with Contracting Policy Notice: 2019-01 and
the Guidelines on the Proactive Disclosure of Contracts.

Work Force Adjustment Directive

Is the Bidder a FPS who received a lump sum payment pursuant to the terms of the Work Force
Adjustment Directive? Yes ( ) No ( )
If so, the Bidder must provide the following information:

8 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
a. name of former public servant;
b. conditions of the lump sum payment incentive;
c. date of termination of employment;
d. amount of lump sum payment;
e. rate of pay on which lump sum payment is based;
f. period of lump sum payment including start date, end date and number of weeks; and
g. number and amount (professional fees) of other contracts subject to the restrictions of a work
force adjustment program.

2.4 Inquiries - Bid Solicitation

All enquiries must be submitted in writing to the Procurement Authority no later than five (5) calendar
days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the
enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to
enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must
be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as
such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit
the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is
eliminated and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be
distributed to all bidders may not be answered by Canada.

2.5 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties
determined, by the laws in force in Ontario.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their
choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory
specified and inserting the name of the Canadian province or territory of their choice. If no change is
made, it acknowledges that the applicable laws specified are acceptable to the bidders.

2.6 Basis for Canada’s Ownership of Intellectual Property

SACC Clause K3200T (2016-01-28)

The Department of National Defence has determined that any intellectual property rights arising from
the performance of the Work under the resulting contract will belong to Canada, for the following
reasons, as set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement
Contracts : The Intellectual Property in Foreground Information consists of material subject to copyright,
with the exception of computer software and all documentation pertaining to that software;

2.7 Bid Challenge and Recourse Mechanisms

9 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
(a) Several mechanisms are available to potential suppliers to challenge aspects of the procurement
process up to and including contract award.

(b) Canada encourages suppliers to first bring their concerns to the attention of the Contracting Authority.
Canada’s Buy and Sell website, under the heading “Bid Challenge and Recourse Mechanisms”
contains information on potential complaint bodies such as:

 Office of the Procurement Ombudsman (OPO)


 Canadian International Trade Tribunal (CITT)

(c) Suppliers should note that there are strict deadlines for filing complaints, and the time periods vary
depending on the complaint body in question. Suppliers should therefore act quickly when they want to
challenge any aspect of the procurement process.

10 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
PART 3 – BID PREPARATION INSTRUCTIONS
3.1 Bid Preparation Instructions

Canada requests that the Bidder submits its bid as follows:

The bid must be gathered per section and separated as follows:

Section I: Technical Bid- one (1) soft copy submitted by email.


Section II: Financial Bid- one (1) soft copy submitted by email.
Section III: Certifications- one (1) soft copy submitted by email.
Section IV: Additional Information- one (1) soft copy submitted by email.

Due to the nature of the bid solicitation, bids transmitted by epost Connect service will not be accepted.

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid.

Canada requests that bidders follow the format instructions described below in the preparation of their
bid:

(a) Use 8.5 x 11 inch (216 mm x 279 mm) paper; and


(b) Use a numbering system that corresponds to the bid solicitation.
(c) Include a title page at the front of each volume of the bid that includes the title, date, bid solicitation
number, Bidder’s name, address and contact information of its representative;
(d) Include a table of contents.
(e) Soft copies will be accepted in any of the following electronic formats:

i. Portable Document Format (.pdf)


ii. Microsoft Word 97/2000 (.doc)
iii. Microsoft Excel 97/2000 (.xls)

Section I: Technical Bid

In their technical bid, bidders should demonstrate their understanding of the requirements contained in
the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their
capability in a thorough, concise and clear manner for carrying out the work.

The technical bid should address clearly and in sufficient depth the points that are subject to the
evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in
the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that
bidders address and present topics in the order of the evaluation criteria under the same headings. To
avoid duplication, Bidders may refer to different sections of their bids by identifying the specific paragraph
and page number where the subject topic has already been addressed.

Part 4, Evaluation Procedures, contains additional instructions that bidders should consider when
preparing their technical bid.

Section II: Financial Bid

11 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
A. Bidders must submit their financial bid in Canadian funds and in accordance with the pricing schedule
detailed in Attachment 1 to Part 3.

B. Bidders must submit their rates FOB destination; Canadian customs duties and excise taxes
included, as applicable; and Applicable Taxes excluded.

C. When preparing their financial bid, Bidders should review clause 4.1.2, Financial Evaluation, of Part 4
of the bid solicitation; and article 7.6, Payment, of Part 7 of the bid solicitation.

D. SACC Manual Clauses

C3011T (2013-11-06), Exchange Rate Fluctuation

E. Electronic Payment of Invoices - Bid

Canada requests that bidders:

1. select option 1 or, as applicable, option 2 below; and

2. Include the selected option in Section II of their bid.

Acceptance of Electronic Payment Instruments will not be considered as an evaluation criterion.

Option 1:
The Bidder accepts to be paid by the following Electronic Payment Instrument(s):
( ) Direct Deposit (Domestic and International)
( ) Electronic Data Interchange (EDI)

Option 2:
( ) The Bidder does not accept to be paid by Electronic Payment Instruments.

Section III: Certifications

In Section III of their bid, bidders should provide the certifications required under Part 5 and, as
applicable, any associated additional information.

Section IV: Additional Information

In Section IV of their bid, bidders should provide:

1. their legal name;


2. their Procurement Business Number (PBN);
3. the name of the contact person (provide also this person’s mailing address, phone and facsimile
numbers and email address) authorized by the Bidder to enter into communications with Canada
with regards to their bid, and any contract that may result from their bid;
4. for Part 2, article 2.3, Former Public Servant, of the bid solicitation: the required answer to each
question; and, if the answer is yes, the required information;
5. for Part 6, article 6.1, Security Requirement, of the bid solicitation:
a) for each individual who will require access to classified or protected information, assets or
sensitive work sites:
1) the name of the individual;
2) the date of birth of the individual; and
12 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
3) if available, information confirming the individual meets the security requirement as
indicated in Part 7 - Resulting Contract Clauses; and

b) For each proposed location of work performance or document safeguarding, the address
containing the information below.

Address:
Street Number / Street Name, Unit / Suite / Apartment Number
City, Province, Territory / State
Postal Code / Zip Code
Country

13 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
ATTACHMENT 1 TO PART 3, PRICING SCHEDULE

The Bidder should complete this pricing schedule and include it in its financial bid once completed. As a
minimum, the Bidder must respond to this pricing schedule by including in its financial bid for each of the
periods specified below its quoted all-inclusive fixed daily rate (in Can $) for each of the resource
categories identified.

The volumetric data included in this pricing schedule are provided for bid evaluated price determination
purposes only. They are not to be considered as a contractual guarantee. Their inclusion in this pricing
schedule does not represent a commitment by Canada that Canada’s future usage of the services
described in the bid solicitation will be consistent with this data.

The rates included in this pricing schedule include the total estimated cost of any travel and living
expenses that may need to be incurred for the Work described in Part 7 of the bid solicitation required to
be done, delivered or performed inside the National Capital Region (NCR) defined in the National Capital
Act (R.S.C., 1985, c. N-4), available on the Justice Website National Capital Act (justice.gc.ca)

Under any resulting contract, Canada will not accept travel and living expenses that may need to be
incurred by the contractor for any relocation of resources required to satisfy its contractual obligations.

Contract Period: The contract period is from 21 months after contract award.

Category of Level of Level of Firm All


Personnel Expertise Security Inclusive Per Estimated Level
Totals
Diem Rate of Effort
(CAD)
A B C=AxB
Resource #1 –
3.2 Project
Intermediate Secret $ 420 days $
Manager
Intermediate
Price (excluding taxes) $

Applicable taxes $

Total $

14 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including
the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Technical Evaluation

4.1.1.1 Joint Venture Experience

a) Where the Bidder is a joint venture with existing experience as that joint venture, it may submit the
experience that it has obtained as that joint venture.
Example: A bidder is a joint venture consisting of members L and O. A bid solicitation requires that
the bidder demonstrate experience providing maintenance and help desk services for a period of
24 months to a customer with at least 10,000 users. As a joint venture (consisting of members L
and O), the bidder has previously done the work. This bidder can use this experience to meet the
requirement. If member L obtained this experience while in a joint venture with a third party N,
however, that experience cannot be used because the third party N is not part of the joint venture
that is bidding.
b) A joint venture bidder may rely on the experience of one of its members to meet any given
technical criterion of this bid solicitation.
Example: A bidder is a joint venture consisting of members X, Y and Z. If a solicitation requires: (a)
that the bidder have 3 years of experience providing maintenance service, and (b) that the bidder
have 2 years of experience integrating hardware with complex networks, then each of these two
requirements can be met by a different member of the joint venture. However, for a single criterion,
such as the requirement for 3 years of experience providing maintenance services, the bidder
cannot indicate that each of members X, Y and Z has one year of experience, totaling 3 years.
Such a response would be declared non-responsive.

c) Joint venture members cannot pool their abilities with other joint venture members to satisfy a
single technical criterion of this bid solicitation. However, a joint venture member can pool its
individual experience with the experience of the joint venture itself. Wherever substantiation of a
criterion is required, the Bidder is requested to indicate which joint venture member satisfies the
requirement. If the Bidder has not identified which joint venture member satisfies the requirement,
the Contracting Authority will provide an opportunity to the Bidder to submit this information during
the evaluation period. If the Bidder does not submitted this information within the period set by the
Contracting Authority, its bid will be declared non-responsive.
Example: A bidder is a joint venture consisting of members A and B. If a bid solicitation requires
that the bidder demonstrate experience providing resources for a minimum number of 100 billable
days, the bidder may demonstrate that experience by submitting either:
o Contracts all signed by A;
o Contracts all signed by B; or
o Contracts all signed by A and B in joint venture; or
o Contracts signed by A and contracts signed by A and B in joint venture; or
o Contracts signed by B and contracts signed by A and B in joint venture.
15 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
that show in total 100 billable days.
d) Any Bidder with questions regarding the way in which a joint venture bid will be evaluated should
raise such questions through the Enquiries process as early as possible during the bid solicitation
period.

4.1.1.2 Mandatory Technical Criteria

Refer to Attachment 1 to Part 4.

4.1.1.3 Point Rated Technical Criteria

Refer to Attachment 1 to Part 4. Point-rated technical criteria not addressed will be given a score
of zero.

4.1.2 Financial Evaluation

For bid evaluation and Contractor selection purposes only, the evaluated price of a bid will be
determined in accordance with the Pricing Schedule detailed in Attachment 1 to Part 3.

4.2 Basis of Selection

4.2.1 Highest Combined Rating of Technical Merit [60%] and Price [40%]

4.2.1.1 To be declared responsive, a bid must:


a) Comply with all the requirements of the bid solicitation;
b) Meet all the mandatory evaluation criteria; and
c) Obtain the required minimum number of points specified in Attachment 1 to Part 4 for
the Mandatory Flexible Grid Criteria and Attachment 2 to Part 4 for the point rated
technical criteria.

4.2.1.2 Bids not meeting 4.2.1.1 (a) or (b) or (c) will be declared non-responsive. Neither the
responsive bid obtaining the highest number of points nor the one with the lowest evaluated price
will necessarily be accepted.

4.2.1.3 The lowest evaluated price (LP) of all responsive bids will be identified and a pricing score
(PS), determined as follows, will be allocated to each responsive bid (i): PSi = LP / Pi x 40. Pi is
the evaluated price (P) of each responsive bid (i).

4.2.1.4 A technical merit score (TMS), determined as follows, will be allocated to each responsive
bid (i):TMSi = OSi x 60. OSi is the overall score (OS) obtained by each responsive bid (i) for all
the point rated technical criteria specified in Attachment 2 to Part 4, determined as follows: total
number of points obtained / maximum number of points available.

4.2.1.5 The combined rating (CR) of technical merit and price of each responsive bid (i) will be
determined as follows: CRi = PSi + TMSi.

4.2.1.6 The responsive bid with the highest combined rating of technical merit and price will be
recommended for award of a contract. In the event two or more responsive bids have the same
highest combined rating of technical merit and price, the responsive bid that obtained the highest

16 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
overall score for all the point rated technical criteria detailed in Attachment 2 to Part 4 will be
recommended for award of a contract.

4.2.1.7 The table below illustrates an example where all three bids are responsive and the
selection of the contractor is determined by a 60/40 ratio of the technical merit and price,
respectively.

Basis of Selection - Highest Combined Rating of Technical Merit (60%) and Price (40%)

Bidder Bidder 1 Bidder 2 Bidder 3


Overall Score for All OS1: 120/135 OS2: 98/135 OS3: 82/135
the Point Rated
Technical Criteria

Bid Evaluated Price P1: C$60,000 P2: C$55,000 LP and P3: C$50,000

Calculations Technical Merit Score Pricing Score Combined Rating


(OSi x 60) ( LP/Pi x 40 )
Bidder 1 120/135 x 60 = 53.33 50/60 x 40 = 33.33 86.66
Bidder 2 98/135 x 60 = 43.55 50/55 x 40 = 36.36 79.91
Bidder 3 82/135 x 60 = 36.44 50/50 x 40 = 40.00 76.44

17 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
ATTACHMENT 1 to PART 4, TECHNICAL CRITERIA

1.0 TECHNICAL CRITERIA

a) It is recommended that the Bidder include a grid in their proposals, cross-referencing statements
of compliance with the supporting data in their proposals. Note: the compliance grid, by and of
itself does not constitute demonstrated evidence. The Bidder must submit a detailed CV for the
proposed resource.

b) Academic certification (degree, etc.) must be obtained through a recognized academic institution
in the field of expertise. Points will only be awarded for the highest level of education achieved by
the consultant, applicable to the Flexible Grid.

In order to obtain points for education and professional accreditations, the Bidder must include
photocopies of certificates. If not provided with the bid, Bidders must provide them upon request
and in the timeframe stated by the Contracting Authority.

The list of recognized Canadian academic credentials assessment service providers can be
found under the Canadian Information Centre for International Credentials website, at the
following Internet link: http://www.cicic.ca/indexe.stm.

c) The Bidder is advised that only listing experience without providing any supporting data to
describe where and how such experience was obtained will not constitute “demonstrated” for the
purpose of the evaluation.

Each project summary should include:

 Name of the client organization;


 Project start and end dates (month/year to month/year);
 Description of the roles and responsibilities of the Bidder’s Proposed Resource in the
Project; and
 Value of each Project.

Canada reserves the right to request and contact Client references to validate information in the
proposal.

d) The Bidder certifies that all the information provided in the résumés and supporting material
submitted with its bid, particularly the information pertaining to education, achievements,
experience and work history, has been verified by the Bidder to be true and accurate.

e) Experience gained during formal education shall not be considered work experience. All
requirements for work experience shall be obtained in a legitimate work environment as opposed
to an educational setting. Co-op work terms are considered work experience provided they are
related to the required services. If no months or years are stated to indicate when the work
experience was obtained, then the experience will not be considered.

f) In case where the timelines of two or more projects overlap, the duration of the time common to
each project will not be counted more than once, applicable to the Flexible Grid.

18 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
g) The professional certification must be valid and relevant to the specific consultant category. A
maximum of 1 certification will receive points, applicable to the Flexible Grid.

1.1 Mandatory Criteria

1.1.1 Mandatory Flexible Grid Criteria

In preparing their response, Bidders are encouraged to consult the TSPS Annex A: Streams and
Categories website at: http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/aact-tbps-anna-eng.html ) for
additional information (such as Certifications Examples).

Each Mandatory Flexible Grid Criterion should be addressed separately.

Bids which fail to meet the mandatory Flexible Grid Criterion will be declared non-responsive, and will be
given no further consideration.

3.2 PROJECT MANAGER - LEVEL 2 –INTERMEDIATE

TSPS FLEX GRID

Project Manager Flexible Grid

Levels of Expertise

Intermediate: Minimum 80 pts

Education Résumé Points

University (PhD, Graduate, 35


Undergraduate, degree)

College or CEGEP 25
Diploma/Certificate

Certification Points

Relevant Professional Certification 15

Experience Points

≥1 yrs and <2 yrs: 12-23 months 15

≥2 yrs and <4 yrs: 24-47 months 20

≥4 yrs and <6 yrs: 48-71 months 30


19 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

≥6 yrs and <8 yrs: 72-95 months 35

≥8 yrs and <10 yrs: 96-119 months 55

≥10 yrs: 120 + months 65

The experience(s) may include, but are not limited to the following:

 Planning and coordinating project management activities including financial, planning


and contracting aspects
 Planning and organizing a project management office
 Giving briefings on progress and concerns of project
 Coordinating and preparing documentation in response to scheduled and unscheduled
reports, returns and observations to update management on project progress
 Planning and coordinating the activities of project personnel, internal customers,
contractors and other support providers
 Preparing formal work breakdown structure and compliance charts
 Producing draft plans and sections for incorporation into the Project Implementation Plan
 Preparing draft evaluation plans, criteria and evaluation schedules
 Developing, planning, analyzing, evaluating and prioritizing deliverables and
requirements
 Defining and documenting development team objectives
 Determining and obtaining budgetary requirements, composition, roles, responsibilities
and terms of reference for the team
 Planning, directing and controlling the activities of a project team within scheduled time
and cost parameters
 Monitoring the design, implementation and operations start-up of the project against
established goals, objectives and milestones
 Reporting progress of the project on an ongoing basis and at scheduled points in the life
cycle
 Meeting with stakeholders and other project managers and stating problems in a form
capable of being solved
 Preparing plans, charts, tables and diagrams to assist in analyzing or displaying
problems
 Working with a variety of project management tools
 Formulating and managing project plans by defining deliverables, identifying key
milestones, reviewing project progress, and engaging in ongoing risk management
 Coordinating and directing project team(s) in order to meet project objectives for content,
quality, costs, and schedules
 Ensuring management staff is provided with timely and accurate project information and
status updates
 Developing project control and reporting procedures and managing changes in
operational plan
 Conducting post project reviews/lessons learned
 Contributing to the organization's strategic and business planning initiatives (for
example, identifying strategic goals and objectives and implementing initiatives to
achieve them, Policy Development, Standards Development and Program Review)
20 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
 Assuming leadership at the appropriate phases of planning, action, and evaluation
 Recognizing and taking action on opportunities to combine professional resources
through partnering arrangements (for example, multi-disciplinary practices)
 Contributing to development of organizational vision and mission
 Coordinates, drafts and prepares for signature formal project documents and reports

1.1.2 Mandatory Technical Criteria

The bid must meet the mandatory technical criteria specified below. Bids which fail to meet the mandatory
technical criteria will be declared non-responsive and not be given further consideration.

Each mandatory technical criterion should be addressed separately.

Mandatory Technical Criteria (MT)


For the purpose of the mandatory technical criteria specified below, the experience of the Bidder and
its resource will be considered.

Intermediate Project Manager

Number Mandatory Technical Criterion Reference MET NOT MET


in Proposal

MT1 The Bidder must provide a detailed resume for To be


the proposed Intermediate Project Manager completed
that clearly demonstrates that the proposed by the bidder
resource achieves the minimum required score
of 80 points (combination of education,
professional certification/designation and/or
experience) for TSPS resource category 3.2
Project Manager, Level: Intermediate, as
described in Attachment 1 to Part 4, TSPS
Flexible Grid.

The proposed Intermediate Project Manager’s


resume must provide complete details as to
where, when, month and year, and how,
through which activities/responsibilities, the
stated qualifications/experience were obtained.

Educational qualifications must be supported


by copies of appropriate documentation
(degree, diploma or other verifiable proof).
Points will not be allocated for those elements
if proof is not provided with their bid. Failure to
provide this proof with their bid will render the
bid non-responsive.
21 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

MT2 The Bidder must clearly demonstrate that the To be


proposed Intermediate Project Manager completed
resource has two (2) years of practical by the
experience*, working on five (5) out of the bidder.
eleven (11) project approval related
activities**, in support of Government
(Municipal, Provincial and /or Federal) capital
projects***.

*For the purpose of this criterion, practical


experience is defined as direct involvement
with:

 preparing and submitting project


approval documents; and
 Working on capital projects

** For the purpose of this criterion, project


approval activities refer to:

1) preparing or assisting in the preparation


of other Government documentation
produced to initiate, control or manage a
project that is not directly related or
submitted for project approval, such as a
project plan, responses to Access to
Information, Statement of Requirements,
Statement of Work etc;

2) prepare and submit departmental


documentation required to achieve
project and expenditure approval and
supporting documentation as required,
such as:
 Corporate Submissions - Project
Approval;
 briefing leadership and Government
oversight committees on projects;
and
 project submissions;

3) researching potential solutions, including


working with other government
departments and industry to determine
the best option;

4) advising other project staff on project


approval requirements;

5) documenting all work and decisions;


22 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

6) defining operational requirements and


the development of the supporting
concept of operations;

7) developing the initial and final


operational capability criteria;

8) developing Capital Investment Fund


Change Proposals (CIFCP)s;

9) completing project risk assessments in


accordance with Government
procedures;

10) developing indicative and substantive


cost estimates; and

11) developing key components on the


project management plan.

*** For the purpose of this criterion, a capital


project is defined as a project for the
acquisition of equipment, materiel or services
(or any combination of equipment, materiel or
services). This includes capital construction
projects and major capital projects (over $5
Million CDN).

Experience must be demonstrated by


project summaries. The bidder must
demonstrate this separately for each
project approval related activity in order to
be considered. This must be demonstrated
by including the following with each listed
experience:

 Name of the client organization;


 Project start and end dates
(month/year to month/year);
 Description of the roles and
responsibilities of the Bidder’s
Proposed Resource in the
Project; and
 Value of each Project.

23 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

2.0 POINT RATED TECHNICAL CRITERIA

Bids which meet all the mandatory technical criteria will be evaluated and scored as specified in the
tables inserted below.

Each point rated technical criterion should be addressed separately.

POINT RATED TECHNICAL (RT) CRITERIA

Intermediate Project Manager


Reference to
Criteria Criteria Description Points
Proposal

RT1 The Bidder must demonstrate that the To be


proposed Intermediate Project Manager completed by
resources has a minimum of five (5) years’ the Bidder
experience working on Capital project(s):

 Five (5) years’ experience up to six


(6) years, within the last fifteen (15) 2 Points
years.

 Six (6) years’ experience, up to


seven (7) years, within the last 4 Points
fifteen (15) years.

 Seven (7) years’ experience, up to


eight (8) years, within the last 6 Points
fifteen (15) years.

 Eight (8) years’ experience, up to


nine (9) years, within the last fifteen 8 Points
(15) years.

 Nine (9) years’ experience or more,


within the last fifteen (15) years. 10 Points

Experience must be demonstrated by


project summaries and include the
following:

 Name of the client organization;


 Project start and end dates
(month/year to month/year);

24 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
 Description of the roles and
responsibilities of the Bidder’s
Proposed Resource in the
Project; and
 Value of each Project.

RT2 The Bidder must demonstrate that the To be


Intermediate Project Manager resource 6 Activities = 1 points completed by
have two (2) years of practical experience* the Bidder
in excess of the five (5) out of the eleven 7 Activities = 2 points
(11) project approval related activities**
outlined in MT2. 8 Activities = 3 points

*For the purpose of this criterion, practical 9 Activities = 4 points


experience is defined as direct involvement
with: 10 Activities = 5 points

 preparing and submitting project 11 Activities = 6 points


approval documents; and
 working on capital projects

** For the purpose of this criterion, project


approval activities refer to:

1) preparing or assisting in the


preparation of other Government
documentation produced to initiate,
control or manage a project that is not
directly related or submitted for project
approval, such as a project plan,
responses to Access to Information,
Statement of Requirements,
Statement of Work etc;

2) prepare and submit departmental


documentation required to achieve
project and expenditure approval and
supporting documentation as required,
such as:

 Corporate Submissions - Project


Approval;
 briefing leadership and
Government oversight
committees on projects; and
 project submissions;

25 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
3) researching potential solutions,
including working with other
government departments and
industry to determine the best option;

4) advising other project staff on project


approval requirements;

5) documenting all work and decisions;

6) defining operational requirements and


the development of the supporting
concept of operations;

7) developing the initial and final


operational capability criteria;

8) developing Capital Investment Fund


Change Proposals (CIFCP)s;

9) completing project risk assessments


in accordance with Government
procedures;

10) developing indicative and substantive


cost estimates; and

11) developing key components on the


project management plan.

Experience must be demonstrated by


project summaries. The bidder must
demonstrate this separately for each
project approval related activity in order
to be considered. This must be
demonstrated by including the following
with each listed experience:

 Name of the client


organization;
 Project start and end dates
(month/year to month/year);
 Description of the roles and
responsibilities of the
Bidder’s Proposed Resource
in the Project; and
 Value of each Project.

R1 + R2 Minimum required pass point score= 0 Total Points =


Points

26 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION


Bidders must provide the required certifications and additional information to be awarded a contract.

The certifications provided by bidders to Canada are subject to verification by Canada at all times. Unless
specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any
certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during
the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s
certifications. Failure to comply and to cooperate with any request or requirement imposed by the
Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their
bid, if applicable, the Integrity declaration form available on the Forms for the Integrity Regime website
(http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the
procurement process.

5.2 Certifications and Information Required Precedent to Contract Award

The certifications and additional information listed below should be submitted with the bid but may be
submitted afterwards. If any of these required certifications or additional information is not completed and
submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to
provide the information. Failure to provide the certifications or the additional information listed below
within the time frame specified will render the bid non-responsive.

5.2.1 Integrity Provisions – Required Documentation

In accordance with the section titled Information to be provided when bidding, contracting or entering into
a real procurement agreement of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-
if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be
given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

27 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a
Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP
Limited Eligibility to Bid List” available at the bottom of the page of the Employment and Social
Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social-
development/programs/employment-equity/federal-contractor-program.html#).

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if
the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid List” at the time of contract
award.

5.2.3 Additional Certifications Precedent to Contract Award

5.2.3.1 Status and Availability of Resources

SACC Manual clause A3005T (2010-08-16)

The Bidder certifies that, should it be awarded a contract as a result of the bid solicitation, every individual
proposed in its bid will be available to perform the Work as required by Canada's representatives and at
the time specified in the bid solicitation or agreed to with Canada's representatives. If for reasons beyond
its control, the Bidder is unable to provide the services of an individual named in its bid, the Bidder may
propose a substitute with similar qualifications and experience. The Bidder must advise the Contracting
Authority of the reason for the substitution and provide the name, qualifications and experience of the
proposed replacement. For the purposes of this clause, only the following reasons will be considered as
beyond the control of the Bidder: death, sickness, maternity and parental leave, retirement, resignation,
dismissal for cause or termination of an agreement for default.

If the Bidder has proposed any individual who is not an employee of the Bidder, the Bidder certifies that it
has the permission from that individual to propose his/her services in relation to the Work to be performed
and to submit his/her résumé to Canada. The Bidder must, upon request from the Contracting Authority,
provide a written confirmation, signed by the individual, of the permission given to the Bidder and of
his/her availability. Failure to comply with the request may result in the bid being declared non-
responsive.

5.2.3.2 Education and Experience

SACC Manual clause A3010T (2010-08-16) Education and Experience

The Bidder certifies that all the information provided in the résumés and supporting material submitted
with its bid, particularly the information pertaining to education, achievements, experience and work
history, has been verified by the Bidder to be true and accurate. Furthermore, the Bidder warrants that
every individual proposed by the Bidder for the requirement is capable of performing the Work described
in the resulting contract.

5.2.3.3 Former Public Servant Disclosure - Bid

The Bidder must provide a response to each question within Part 2, Article 2.3, Former Public Servant, of
the bid solicitation.

5.2.3.4 Security Information


28 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
Bidders are requested to submit the following security information for each of the proposed resources
with their bids on or before the bid closing date:

(a) Name of individual as it appears on security clearance application form: ________


(b) Level of security clearance obtained: ____________________________________
(c) Validity period of security clearance obtained: _____________________________
(d) Security Screening Certificate and Briefing Form file number: _________________

29 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

ATTACHMENT 1 TO PART 5, ADDITIONAL CERTIFICATIONS REQUIRED


PRECEDENT TO CONTRACT AWARD

1. Status and Availability of Resources

The Bidder certifies that, should it be awarded a contract as a result of the bid solicitation, every individual
proposed in its bid will be available to perform the Work as required by Canada's representatives and at
the time specified in the bid solicitation or agreed to with Canada's representatives. If for reasons beyond
its control, the Bidder is unable to provide the services of an individual named in its bid, the Bidder may
propose a substitute with similar qualifications and experience. The Bidder must advise the Contracting
Authority of the reason for the substitution and provide the name, qualifications and experience of the
proposed replacement. For the purposes of this clause, only the following reasons will be considered as
beyond the control of the Bidder: death, sickness, maternity and parental leave, retirement, resignation,
dismissal for cause or termination of an agreement for default.

If the Bidder has proposed any individual who is not an employee of the Bidder, the Bidder certifies that it
has the permission from that individual to propose his/her services in relation to the Work to be performed
and to submit his/her résumé to Canada. The Bidder must, upon request from the Contracting Authority,
provide a written confirmation, signed by the individual, of the permission given to the Bidder and of
his/her availability.

2. Education and Experience

The Bidder certifies that all the information provided in the résumés and supporting material submitted
with its bid, particularly the information pertaining to education, achievements, experience and work
history, has been verified by the Bidder to be true and accurate. Furthermore, the Bidder warrants that
every individual proposed by the Bidder for the requirement is capable of performing the Work described
in the resulting contract.

30 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
PART 6 – SECURITY, FINANCIAL AND OTHER REQUIREMENTS
6.1 Security Requirement

6.1.1 Before award of a contract, the following conditions must be met:

a. the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting
Contract Clauses;

b. the Bidder's proposed individuals requiring access to classified or protected information, assets or
sensitive work sites must meet the security requirement as indicated in Part 7 - Resulting Contract
Clauses;

c. the Bidder must provide the name of all individuals who will require access to classified or protected
information, assets or sensitive work sites;

6.1.2 Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of
a contract to allow the successful Bidder to obtain the required clearance will be at the entire
discretion of the Contracting Authority.

6.1.3 For additional information on security requirements, Bidders should refer to the Contract Security
Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-
src/introduction-eng.html ) website.

6.2 Controlled Goods Requirement

SACC Manual clause A9130T (2019-11-28) Controlled Goods Program

1. As the resulting contract will require the production of or access to controlled goods that are
subject to the Defence Production Act, R.S. 1985, c. D-1, bidders are advised that within Canada
only persons who are registered, exempt or excluded under the Controlled Goods Program
(CGP) are lawfully entitled to examine, possess or transfer controlled goods. Details on how to
register under the CGP are available at: Controlled Goods Program and registration is carried out
as follows:
a. When the bid solicitation includes controlled goods information or technology, the Bidder
must be registered, exempt or excluded under the CGP before receiving the bid
solicitation. Requests for technical data packages or specifications related to controlled
goods should be made in writing to the Contracting Authority identified in the bid
solicitation and must contain the CGP registration number or written proof of exemption or
exclusion of the Bidder and of any other person to whom the Bidder will give access to the
controlled goods.
b. When the bid solicitation does not include controlled goods information or technology but
the resulting contract requires the production of or access to controlled goods, the
successful Bidder and any subcontractor who will be producing or accessing controlled
goods must be registered, exempt or excluded under the CGP before examining,
possessing or transferring controlled goods.
c. When the successful Bidder and any subcontractor proposed to examine, possess or
transfer controlled goods are not registered, exempt or excluded under the CGP at time of

31 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

contract award, the successful Bidder and any subcontractor must, within seven (7)
working days from receipt of written notification of contract award, ensure that the required
application(s) for registration or exemption are submitted to the CGP. No examination,
possession or transfer of controlled goods must be performed until the successful Bidder
has provided proof, satisfactory to the Contracting Authority that the successful Bidder and
any subcontractor are registered, exempt, or excluded under the CGP.
Failure to provide proof, satisfactory to the Contracting Authority, that the successful
Bidder and any subcontractor are registered, exempt or excluded under the CGP, within
thirty (30) days from receipt of written notification of contract award, will be considered a
default under the resulting contract except to the extent that Canada is responsible for the
failure due to delay in processing the application.

2. Bidders are advised that all information on the Application for Registration (or exemption) Form
will be verified and errors or inaccuracies may cause significant delays and/or result in denial of
registration or exemption.

32 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
PART 7 – RESULTING CONTRACT CLAUSES
The following clauses and conditions apply to and form part of any contract resulting from the bid
solicitation.

7.1 Statement of Work

The Contractor must perform the Work in accordance with the Statement of Work in Annex A.

7.2 Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the Standard
Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines /standard-
acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

7.2.1 General Conditions

2035 (2022-05-12), General Conditions - Higher Complexity - Services, apply to and form part of the
Contract with the following replacements:

Section 08 – Replacement of Specific Individuals, of 2035 (2022-05-12) General Conditions – Higher


Complexity – Services is deleted and replaced with the following:

1. if the Contractor is unable to provide the services of any specific individual identified in the
Contract to perform the services, the Contractor must within five working days of the individual’s
departure or failure to commence Work (or, if Canada has requested the replacement, within ten
working days of Canada’s notice of the requirement for a replacement) provide to the
Contracting Authority:
a. the name, qualifications and experience of a proposed replacement immediately available for
Work; and
b. Security information on the proposed replacement as specified by Canada, if applicable.

Any assessment of the information provided will occur as per 2 (b) below.

2. Subject to an Excusable Delay, where Canada becomes aware that a specific individual
identified under the Contract to provide services has not been provided or is not performing, the
Contracting Authority may elect to:
a. exercise Canada's rights or remedies under the Contract or at law, including terminating the
Contract for default under Article titled “Default of the Contractor”; or
b. Assess the information provided under 1 (a) and (b) above or, if it has not yet been provided,
require the Contractor propose a replacement to be rated by the Technical Authority. The
replacement must have qualifications and experience that meet or exceed those obtained for
the original resource and be acceptable to Canada. Upon assessment of the replacement,
Canada may accept the replacement, exercise the rights in 2 (a) above, or require the
Contractor to propose another replacement within five working days’ notice.

3. Where an Excusable Delay applies, Canada may require 2 (b) above instead of terminating
under the “Excusable Delay” Article. An Excusable Delay does not include resource
unavailability due to allocation of the resource to another Contract or project (including those for
the Crown) being performed by the Contractor or any of its affiliates.

33 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

4. The Contractor must not, in any event, allow performance of the Work by unauthorized
replacement persons. The Contracting Authority may order that a resource stop performing the
Work. In such a case, the Contractor must immediately comply with the order. The fact that the
Contracting Authority does not order that a resource stop performing the Work does not relieve
the Contractor from its responsibility to meet the requirements of the Contract.

5. The obligations in this article apply despite any changes that Canada may have made to the
Client's operating environment.

Section 17 - Interest on Overdue Accounts, of 2035 (2022-05-12) General Conditions - Higher


Complexity - Services - will not apply to payments made by credit cards.

With respect to Section 30 - Termination for Convenience, of 2035 (2022-05-12) General Conditions -
Higher Complexity - Services, Subsection 04 is deleted and replaced with the following Subsections 04,
05 and 06:

04) The total of the amounts, to which the Contractor is entitled to be paid under this section,
together with any amounts paid, due or becoming due to the Contractor must not exceed the
Contract.
05) Where the Contracting Authority terminates the entire Contract and the Articles of
Agreement include a Minimum Work Guarantee, the total amount to be paid to the
Contractor under the Contract will not exceed the greater of:
a. the total amount the Contractor may be paid under this section, together with any
amounts paid, becoming due other than payable under the Minimum Revenue
Guarantee, or due to the Contractor as of the date of termination; or
b. the amount payable under the Minimum Work Guarantee, less any amounts paid,
due or otherwise becoming due to the Contractor as of the date of termination.
06) The Contractor will have no claim for damages, compensation, loss of profit, allowance
arising out of any termination notice given by Canada under this section except to the extent
that this section expressly provides. The Contractor agrees to repay immediately to Canada
the portion of any advance payment that is unliquidated at the date of the termination.

7.2.2 Inspection and Acceptance

The Technical Authority is the Inspection Authority. All reports, deliverable items, documents, goods and
all services rendered under the Contract are subject to inspection by the Inspection Authority or
representative. Should any report, document, good or service not be in accordance with the requirements
of the Statement of Work and to the satisfaction of the Inspection Authority, as submitted, the Inspection
Authority will have the right to reject it or require its correction at the sole expense of the Contractor
before recommending payment.

7.2.3 Non-Disclosure Agreement

SACC Manual Clause A9126C (2010-08-16), Non-Disclosure Agreement

The Contractor must obtain from its employee(s) or subcontractor(s) the completed and signed non-
disclosure agreement, attached at Annex D, and provide it to the Contracting Authority before they are
given access to information by or on behalf of Canada in connection with the Work.

34 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
7.3 Security Requirement

The following security requirement (SRCL and related clauses provided by the Contract Security Program
apply and form part of the Contract: PWGSC File #Common-PS SRCL#20

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, issued by the Contract Security
Program (CSP), Public Works and Government Services Canada (PWGSC).
2. This contract includes access to controlled goods. Prior to access, the contractor must be
registered in the Controlled Goods Program of the CSP, PWGSC.
3. The contractor/offeror personnel requiring access to protected/classified information, assets or
sensitive work site(s) must each hold a valid personnel security screening at the level
of reliability status or secret as required, granted or approved by the CSP, PWGSC.
4. The contractor/offeror must not remove any protected/classified information from the identified
work site(s), and the contractor/offeror must ensure that its personnel are made aware of and
comply with this restriction.
5. Subcontracts which contain security requirements are not to be awarded without the prior written
permission of the CSP, PWGSC.
6. The contractor/offeror must comply with the provisions of the:
1. Security Requirements Check List and security guide (if applicable), attached at Annex C;
and
2. Contract Security Manual (latest edition).

7.4 Term of Contract

7.4.1 Period of the Contract

The period of the Contract is from [date to be inserted at contract award] ___ to _ [date to be inserted at
contract award] ___ inclusive.

7.4.2 Termination on Thirty Days’ Notice

Canada reserves the right to terminate the Contract at any time in whole or in part by giving thirty (30)
calendar days written notice to the Contractor.

In the event of such termination, Canada will only pay for costs incurred for services rendered and
accepted by Canada up to the date of the termination. Despite any other provision of the Contract, there
will be no other costs that will be paid to the Contractor as a result of the termination.

7.5 Authorities

7.5.1 Contracting Authority

The Contracting Authority for the Contract is: [to be inserted at contract award]
Name: __________
Title: __________
Organization: _________
Address: _________
Telephone: ___- ___- ___
E-mail address: _______

35 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
The Contracting Authority is responsible for the management of the Contract and any changes to the
Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform
work in excess of or outside the scope of the Contract based on verbal or written requests or instructions
from anybody other than the Contracting Authority.

7.5.2 Technical Authority

The Technical Authority for the Contract is: [to be inserted at contract award]
Name: _________
Title: _________
Organization: __________
Address: __________
Telephone: ___- ___- ___
E-mail address: ______

The Technical Authority is the representative of the department or agency for whom the Work is being
carried out under the Contract and is responsible for all matters concerning the technical content of the
Work under the Contract. Technical matters may be discussed with the Technical Authority; however, the
Technical Authority has no authority to authorize changes to the scope of the Work. Changes to the
scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

7.5.3 Contractor's Representative

[to be inserted at contract award]

7.6 Payment

7.6.1 Basis of Payment

7.6.1.1 Limitation of Expenditures

SACC Manual Clause C0206C (2017-08-17), Basis of Payment: Cost reimbursable- Limitation of
Expenditures.

For the Work described in the Statement of Work in Annex A. The Contractor will be paid for its costs
reasonably and properly incurred in the performance of the Work in accordance with the Basis of
Payment in Annex B to a limitation of expenditure of $_____ (insert the amount at contract award). Customs
duty are included and Applicable Taxes are extra.

7.6.1.2 Limitation of Expenditures for Authorized travel and Living Expenses

SACC Manual Clause C4005C (2018-04-17), Travel and Living Expenses-National Joint Council Travel
Directive

Concerning the requirements to travel described in the Statement of Work in Annex A, the Contractor will
be paid for its authorized travel and living expenses reasonably and properly incurred in the performance
of the Work done, delivered or performed , outside the National Capital Region (NCR) defined in the
National Capital Act (R.S.C., 1985, c. N-4), available on the Justice Website (http://laws-
lois.justice.gc.ca/eng/acts/N-4/page-9.html#docCont)at cost, without any allowance for profit and
administrative overhead, in accordance with the meal and private vehicle expenses provided in
Appendices B, C and D of the National Joint Council Travel Directive; and with the other provisions of the
directive referring to "travellers", rather than those referring to "employees", to a limitation of expenditure

36 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
of $_____ (insert the amount at contract award). Customs duty are included and Applicable Taxes are
extra.

Canada will not accept travel and living expenses that may need to be incurred by the Contractor for any
relocation of resources required to satisfy its contractual obligations.

All travel must have the prior authorization of the Technical Authority.

The authorized travel and living expenses will be paid upon submission of an itemized statement
supported by receipt vouchers. All payments are subject to government audit.

7.6.2 Method of Payment

SACC Manual Clause H1008C (2008-05-12), Monthly Payment

For the Work described in the Statement of Work in Annex A. Canada will pay the Contractor on a
monthly basis for work performed during the month covered by the invoice in accordance with the
payment provisions of the Contract if:
a. an accurate and complete invoice and any other documents required by the Contract have been
submitted in accordance with the invoicing instructions provided in the Contract;
b. all such documents have been verified by Canada;

7.6.3 Electronic Payment of Invoices - Contract

The Contractor accepts to be paid using any of the following Electronic Payment Instruments:

a. Direct Deposit (Domestic and International);


b. Wire Transfer (International Only);

7.7 Invoicing Instructions

7.7.1 SACC Manual Clause H5001C (2008-12-12) Invoice Instructions

The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the
general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

Each invoice must be supported by:

a. a copy of time sheets to support the time claimed;

b. a copy of the invoices, receipts, vouchers for all direct expenses, and all travel and living
expenses;

c. a copy of the monthly progress report; and

d. a copy of the release document and any other documents as specified in the Contract.

37 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
Invoices must be distributed as follows:

a. The original must be forwarded by e-mail to the address for the Contracting Authority
identified under the section entitled “Authorities” of the Contract for certification and payment.

b. Individual e-mails exceeding five (5) megabytes, or those that include embedded macros
and or/links may be rejected by Canada’s e-mail system and or firewall(s) without notice to
the Contractor.

c. The Contracting Authority will confirm receipt of documents. It is the Contractor’s


responsibility to ensure that the Contracting Authority has received the entire invoice and all
supporting documents.

7.8 Certifications and Additional Information

7.8.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor
in its bid or precedent to contract award, and the ongoing cooperation in providing additional information
are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications
are subject to verification by Canada during the entire period of the Contract.

7.9 Applicable Laws

SACC Manual Clause A9070C (2014-06-26), Applicable Laws - Contract

The Contract must be interpreted and governed, and the relations between the parties determined, by the
laws in force in Ontario.

7.10 Priority of Documents

If there is a discrepancy between the wordings of any documents that appear on the list, the wording of
the document that first appears on the list has priority over the wording of any document that
subsequently appears on the list.

(a) The Articles of Agreement;


(b) The supplemental general conditions;
(c) The general conditions 2035 (2022-05-12), General Conditions - Higher Complexity - Services;
(d) Annex A, Statement of Work;
(e) Annex B, Basis of Payment;
(f) Annex C, Security Requirements Check List;
(g) Annex D, Non-Disclosure Agreement;
(h) Annex E, Embedded Contractor Letter of Acknowledgement (Reference: Defence Administrative
Orders and Directives (DAOD) Series 3003);
(i) Supply Arrangement Number E60ZT-18TSPS; and
(j) The Contractor's bid dated ______ (Insert the date (year-month-day) of the bid. if the bid was clarified
or amended, at time of contract award, add, as applicable: “, as clarified on _____ (year-month-day)”
“and” “, as amended on ______ (year-month-day).

7.11 Defence Contract

38 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
SACC Manual clause A9006C (2012-07-16), Defence Contract

The Contract is a defence contract within the meaning of the Defence Production Act, R.S.C. 1985, c. D-
1, and must be governed accordingly.
Title to the Work or to any materials, parts, work-in-process or finished work must belong to Canada free
and clear of all claims, liens, attachments, charges or encumbrances. Canada is entitled, at any time, to
remove, sell or dispose of the Work or any part of the Work in accordance with section 20 of the Defence
Production Act.

7.12 Insurance Requirements

SACC Manual clause G1005C (2016-01-28), Insurance

The Contractor is responsible for deciding if insurance coverage is necessary to fulfill its obligation under
the Contract and to ensure compliance with any applicable law. Any insurance acquired or maintained by
the Contractor is at its own expense and for its own benefit and protection. It does not release the
Contractor from or reduce its liability under the Contract.

7.13 Controlled Goods

SACC Manual Clause A9131C (2020-11-19), Controlled Goods Program- Contract

1. As the Contract requires production of or access to controlled goods that are subject to
the Defence Production Act R.S. 1985, c. D-1, the Contractor and any subcontractor are advised
that, within Canada, only persons who are registered, exempt or excluded under the Controlled
Goods Program (CGP) are lawfully entitled to examine, possess or transfer controlled goods.
Details on how to register under the CGP are available at the Controlled Goods
Program website.
2. When the Contractor and any subcontractor proposed to examine, possess or transfer controlled
goods are not registered, exempt or excluded under the CGP at time of contract award, the
Contractor and any subcontractor must, within seven (7) working days from receipt of written
notification of the contract award, ensure that the required application(s) for registration or
exemption are submitted to the CGP. No examination, possession or transfer of controlled goods
must be performed until the Contractor has provided proof, satisfactory to the Contracting
Authority, that the Contractor and any subcontractor are registered, exempt or excluded under
the CGP. Failure of the Contractor to provide proof, satisfactory to the Contracting Authority, that
the Contractor and any subcontractor are registered, exempt or excluded under the CGP, within
thirty (30) days from receipt of written notification of contract award, will be considered a default
under the Contract except to the extent that Canada is responsible for the failure due to delay in
processing the application.
3. The Contractor and any subcontractor must maintain registration, exemption or exclusion from
the CGP for the duration of the Contract and in any event for so long as they will examine,
possess or transfer controlled goods.

SACC Manual Clause B4060C (2011-05-16), Controlled Goods

The Contract involves controlled goods as defined in the Schedule to the Defence Production Act. The
Contractor must identify those controlled goods to the Department of National Defence.
39 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
7.14 Proactive Disclosure of Contracts with Former Public Servants

SACC Manual Clause A3025C (2020-05-04), Proactive Disclosure of Contracts with Former Public
Servants.

By providing information on its status, with respect to being a former public servant in receipt of a Public
Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be
reported on departmental websites as part of the published proactive disclosure reports, in accordance
with Contracting Policy Notice: 2019-01 of the Treasury Board Secretariat of Canada.

7.15 Dispute Resolution

(a) The parties agree to maintain open and honest communication about the Work throughout and
after the performance of the contract.

(b) The parties agree to consult and co-operate with each other in the furtherance of the contract and
promptly notify the other party or parties and attempt to resolve problems or differences that may
arise.

(c) If the parties cannot resolve a dispute through consultation and cooperation, the parties agree to
consult a neutral third party offering alternative dispute resolution services to attempt to address
the dispute.

(d) Options of alternative dispute resolution services can be found on Canada’s Buy and Sell website
under the heading “Dispute Resolution”.

7.16 Additional Clauses

7.16.1 Professional Services

The Contractor must provide professional services on request as specified in this Contract. All
resources provided by the Contractor must meet the qualifications described in the Contract
(including those relating to previous experience, professional designation, education, language
proficiency and security clearance) and must be competent to provide the required services by
any delivery dates described in the Contract.

If the Contractor fails to deliver any deliverable or complete any task described in the Contract on
time, in addition to any other rights or remedies available to Canada under the Contract the law,
Canada may notify the Contractor of the deficiency, in which case the Contractor must submit a
written plan to the Technical Authority within ten working days detailing the actions that the
Contractor will undertake to remedy the deficiency. The Contractor must prepare and implement
the plan at its own expense.

7.16.2 Access to DND Computer Systems and Non-Disclosure Agreement

The Contractor must obtain from its employee(s) or subcontractor(s) the completed and signed
non-disclosure agreement, attached at Annex F, and provide it to the Technical Authority before
they are given access to information by or on behalf of Canada in connection with the Work.

7.16.3 Embedded Contractor Letter of Acknowledgement

40 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
The Contractor must obtain from its employee(s) or subcontractor(s) the completed and signed
Embedded Contractor Letter of Acknowledgement, attached at Annex D, and provide it to the
Contracting Authority within 30 days after contract award or before work commence in the case of
a replacement resource.

ANNEX A, STATEMENT OF WORK


INTERMEDIATE PROJECT MANAGER

1. Objective

The Department of National Defence (DND)/Canadian Armed Forces (CAF), Directorate of Air Simulation
and Training (DAST)/Future Aircrew Training (FAcT) program requires professional services to support
the FAcT program more specifically Site Support Services and Facility Management related to the
program.

2. Background

Canada’s Defence Policy, Strong, Secured, Engaged (SSE) 2017, initiative 53, directs that the RCAF
“acquire aircrew training systems”. The Future Aircrew Training (FAcT) program mandate is to develop
and implement a new and cohesive training program that replaces the Canadian Armed Forces’ (CAF)
existing Pilot, Air Combat Systems Officer (ACSO), and Airborne Electronic Sensor Operator (AES Op)
training systems. The ability to generate sufficient numbers of ab initio aircrew, trained to Wing Standard,
is fundamental to the employment of Royal Canadian Air Force (RCAF) aerospace capability.

FAcT will deliver a transition to a relevant, flexible, responsive, and effective aircrew training system
capable of producing sufficient New Wing Graduates (NWG) to meet future Defence Policy tasks. FAcT
will exploit technological advances in aircrew training systems while maintaining control of aircrew training
system’s standards and output.

3. List of Acronyms and Abbreviations

The following abbreviations and acronyms are used in this Statement of Work.

Abbreviation Description
ACSO Air Combat Systems Officer
ADM (Mat) Assistant Deputy Minister (Materiel)
AES Op Airborne Electronic Sensor Operator
CAF Canadian Armed Forces
DAST Directorate Air Simulation and Training
DND Department of National Defence
FAcT Future Air Crew Training
NCR National Capital Region
NWG New Wing Graduates
RCAF Royal Canadian Air Force
SME Subject Matter Expert
SOW Statement of Work
TA Technical Authority

4. Scope of Work

41 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
In order to ensure that the FAcT Program has timely and dedicated expertise required to complete
necessary and specialized work, DAST requires the services of 1 (one) intermediate project manager
resource. The contractor must assist in the planning and coordinating of project management related
activities relevant to FAcT Site Support Services and Facility Management Program implementation.

5. Tasks

5.1 The Intermediate Project Managers must provide the following services, but are not limited to the
following, as requested by the Project Authority:

a) Coordinate activities related to FAcT Site Support Services and Facility Management program
implementation;
b) Coordinates, drafts and prepares for signature formal project documents and reports;
c) Develop and maintain technical documents to support program implementation;
d) Review and provide recommendation on contractor deliverables;
e) Review FAcT program documentation and provide recommendations;
f) Liaise with program SMEs to coordinate the delivery of documents in support of the FAcT
program;
g) Analyze and provide feasible solutions to stated technical and operational requirements;
h) Draft program documents in support of Site Support Services and Facility Management;
i) Participate in FAcT program integration activities;
j) Document lessons learned;
k) Generate and update program documents such as schedules, risk database and contract
updates; and
l) Other associated tasks as assigned by the TA.

6. Deliverables

6.1 The Contractor resources will be requested to provide various written reports, plans, summaries,
project approval documentation, presentations, schedules, and other related documents. The format
of all deliverables will be specified by the TA. All services rendered must be subject to inspection and
acceptance by the TA or designated representatives.

6.2 The Contractor must submit both drafts and final versions of any documentation deliverables by e-
mail. Copies of all documentation shall be reviewed by the Technical Authority or designated
representatives. The documentation shall be reviewed and returned for correction within five (5)
working days of submission.

6.3 All documentation deliverables shall be delivered in both paper copy and email format and put into
the proper depository as indicated by the TA.

7. Acceptance

7.1 All Deliverables will be subject to inspection and/or testing by the TA or his designates
representative(s) to ensure that they are satisfactory.

8. FAcT Technical Authority (TA)

8.1 The TA for this requirement will be the primary point of contact and will be stated in the Contract.

8.2 All reports, deliverables, documentation and services rendered must be subject to inspection and
signature (where required) by the TA or designated representative(s).
42 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
9. Meetings

9.1 The Contractor may be required to attend meetings as and when required. Examples include:

Ad Hoc- Meetings with the TA/ DND representatives and the Contractor resource will be scheduled
on an as required basis.

10. Official Languages of Work

10.1 All work carried out by the Contractor resources must be carried out in English.

10.2 All deliverables listed in the SOW must be produced in English.

10.3 Proposed resources must be fluent in English. Fluent means that the individual must be able to
communicate orally and in writing without any assistance and with minimal errors.

11. Work Location and Travel

11.1 Work will primarily take place within the premises of the FAcT Office located within the National
Capital region.

11.2 Due to access restrictions to various offices automation computer systems, at the discretion of the
TA, the FAcT project will provide terminals for system access to perform necessary functions, as
well as a work space in which to conduct specific work that must be carried out within DND facilities
or at the member residence if permitted by the program.

11.3 If the Contractor resources is permitted to work from home, then the TA must be provided contact
information of the resources including: name, telephone, email, and video conference bridge.

11.4 The Contractor may be required to travel outside the National Capital Region or outside of Canada.

11.5 The requirement for any travel and trip report (content and format) will be identified. All travel will
require prior approval of the TA or the authorized representative in accordance with DND travel
policies.

11.6 Travel costs within the NCR will not be reimbursed.

12. Working Hours

12.1 Due to the nature of the work, it is expected that the resources will need to perform their duties
within the hours of 0700 - 1700 hrs local time in order to be able to advise the TA and/or their
representatives. Work outside of these hours may be required for specific tasks, particularly in
regard to installation, technology analysis and system administrator tasks.

13. Controlled Goods

13.1 In the course of their duties, the Contractor will require access to Controlled Goods and as such will
require the requisite training and certification.

43 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

ANNEX B, BASIS OF PAYMENT

A - Contract Period

The period of the Contract is from _ [date to be inserted at contract award] to _ [date to be inserted at contract
award] ___ inclusive

During the period of the Contract, for Work performed in accordance with the Contract, the Contractor will
be paid as specified below.

1.0 Professional Fees

The Contractor will be paid all-inclusive fixed time rates as follows:

Contract Period: The contract period is from contract award to 21 months after contract award.

Category of Level of Level of Firm All


Personnel Expertise Security Inclusive Per Estimated Level
Totals
Diem Rate of Effort
(CAD)
A B C=AxB
Resource #1 –
3.2 Project
Intermediate Secret $ 420 days $
Manager
Intermediate
Price (excluding taxes) $

Applicable taxes $

Total $

Definition of a Day/Proration

For the purpose of this Contract, a day is defined as 7.5 hours of work, exclusive of meal breaks.
Payment will be made for days actually worked, with no provision for annual leave, statutory holidays and
sick leave. If time worked is more or less than a day, the all-inclusive fixed daily rate must be prorated to
reflect the actual time worked.

i. All proposed personnel must be available to work outside normal office hours during the duration
of the Contract.

44 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
ii. No overtime charges will be authorized under the Contract. All time worked will be compensated
according to paragraph above.

Total Estimated Cost of Professional Fees – Excluding Applicable Taxes

Contract Period: $________ [to be inserted at contract award]

2.0 Cost Reimbursable Expenses

2.1 Authorized travel and living expenses for Work

Concerning the possible requirement to travel described in section 11 Work Location and Travel of the
Statement of Work in Annex A, the Contractor will be paid for its authorized travel and living expenses
reasonably and properly incurred in the performance of the Work done, delivered or performed outside
the National Capital Region (NCR) defined in the National Capital Act (R.S.C., 1985, c. N-4), available on the
Justice Website (http://laws-lois.justice.gc.ca/eng/acts/N-4/page-9.html#docCont , at cost, without any
allowance for profit and administrative overhead, in accordance with the meal and private vehicle
expenses provided in Appendices B, C and D of the National Joint Council Travel Directive; and with the
other provisions of the directive referring to "travellers", rather than those referring to "employees.

Canada will not accept travel and living expenses that may need to be incurred by the Contractor for any
relocation of resources required to satisfy its contractual obligations.

All travel must have the prior authorization of the Technical Authority.

The authorized travel and living expenses will be paid upon submission of an itemized statement
supported by receipt vouchers. All payments are subject to government audit.

Total Estimated Cost of Authorized Travel and Living Expenses: $_____ (insert amount at contract award)

21 Month Contract Period estimate for authorized travel and living expenses for work: $10,000

3.0 Total Estimated Cost- Contract Period: $ __________ (insert amount at contract award)

With the exception of the all-inclusive fixed time rates specified above, the amounts shown in this section
of the annex are estimates only. Minor changes to these estimates will be accepted for billing purposes
as the Work proceeds, provided that these changes have the prior approval of the Technical Authority,
and provided that the total estimated cost of the Contract does not exceed the Limitation of Expenditure
specified in clause 7.6.1.1 SACC Manual Clause C0206C (2017-08-17), Basis of Payment: Cost
reimbursable-Limitation of Expenditures of the Contract.

Contract Period: $________ [to be inserted at contract award]

45 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
ANNEX C, SECURITY REQUIREMENTS CHECK

46 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

47 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

48 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

49 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________

ANNEX D, NON-DISCLOSURE AGREEMENT

I, ___________, recognize that in the course of my work as an employee or subcontractor of ___________, I

may be given access to information by or on behalf of Canada in connection with the Work, pursuant to

Contract Serial No. _______ between Her Majesty the Queen in right of Canada, represented by the Minister of

Public Works and Government Services and ________ , including any information that is confidential or

proprietary to third parties, and information conceived, developed or produced by the Contractor as part of the

Work. For the purposes of this agreement, information includes but not limited to: any documents, instructions,

guidelines, data, material, advice or any other information whether received orally, in printed form, recorded

electronically, or otherwise and whether or not labeled as proprietary or sensitive, that is disclosed to a person

or that a person becomes aware of during the performance of the Contract.

I agree that I will not reproduce, copy, use, divulge, release or disclose, in whole or in part, in whatever way or

form any information described above to any person other than a person employed by Canada on a need to
know basis. I undertake to safeguard the same and take all necessary and appropriate measures, including
those set out in any written or oral instructions issued by Canada, to prevent the disclosure of or access to such

information in contravention of this agreement.

I also acknowledge that any information provided to the Contractor by or on behalf of Canada must be used
solely for the purpose of the Contract and must remain the property of Canada or a third party, as the case may
be.

I agree that the obligation of this agreement will survive the completion of the Contract Serial
No.: _________________

_________________

Signature

50 of 49
Solicitation No. - N° de l'invitation .
W471-6000582818

______________________________________________________________________________
ANNEX E, EMBEDDED CONTRACTOR LETTER OF ACKNOWLEDGEMENT

51 of 49

Vous aimerez peut-être aussi