Strategic and Advisory Services related to Climate Change Adaptation in First Nation Communities Sou

expired opportunity(Expired)
From: MerX(Federal)
1000191765

Basic Details

started - 26 Sep, 2017 (about 6 years ago)

Start Date

26 Sep, 2017 (about 6 years ago)
due - 06 Nov, 2017 (about 6 years ago)

Due Date

06 Nov, 2017 (about 6 years ago)
Bid Notification

Type

Bid Notification
1000191765

Identifier

1000191765
Indigenous and Northern Affairs Canada

Customer / Agency

Indigenous and Northern Affairs Canada
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

 Reference Number424201 Solicitation Number1000191765 Organization NameIndigenous and Northern Affairs Canada
 Source IDFD.DP.QC.867297.C88192 Associated ComponentsYes  Published2017-09-26 Revised Closing2017-11-06 02:00 PM Eastern Standard Time EST  CategoryProfessional, Administrative and Management Support Services
 GSINSR019AB: PROFESSIONAL SERVICES / PROGRAM ADVISORY SERVICES
 Region of DeliveryCanada Region of OpportunityCanada Agreement Type Tender TypeRequest for Standing Offer (RFSO) Estimated Value Solicitation Method  
Strategic and Advisory Services related to Climate Change Adaptation in First Nation Communities Sou RFSO NUMBER: 1000191765
PROJECT TITLE: Strategic and Advisory Services related to Climate Change Adaptation in First Nation Communities South of 60° - Standing Offer Agreement
SUMMARY:
In order to ensure that DIAND has the timely and specialized expertise required to support the development of adaptation measures to address the impacts
of Climate Change in First Nation Communities south of the 60th parallel, the Climate Change and Clean Energy Directorate (CCCED) of DIAND requires the services of Offerors capable of providing DIAND with Strategic, Advisory and Technical Services.
The overall objective of an Offeror’s work will be to support program implementation and policy development surrounding Climate Change Adaptation activities nation-wide in First Nation communities south of the 60th parallel via the provision of:
Technical services and advice; and
Strategic program and policy analysis and advice.
The Standing Offer(s) period will be from award to March 31, 2020 inclusive with an additional two (2) one (1) year option periods.
Security: Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance.
Work Stream 1 - STRATEGIC PROGRAM AND POLICY ADVISORY SERVICES
Corporate Profile
The Bidder MUST provide a company profile and corporate resume demonstrating the Bidder’s knowledge and experience in the provision of services relevant and similar to this work-stream as defined in the Statement of Work (SOW). At a minimum, the Bidder MUST include within the profile:
The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, partners or subcontractors);
A written description of approximately 1000 words indicating the Bidder’s capabilities as a firm, including the Bidder’s resource availability and access to back-up resources, and the extent of the Bidder’s experience in the provision of Strategic Program and Policy Advisory Services similar to those described in the work stream. This MUST include a description demonstrating the Bidder’s experience and capability as a firm to provide services in Climate Change Adaptation in, and as related to First Nations in the South.
Project Summaries
The Bidder MUST provide three (3) written project summaries describing in detail the Bidder’s experience in successfully providing Strategic Program or Policy Advice services related to Climate Change Adaptation, relevant and similar to this work-stream as defined in the SOW. Projects MUST have taken place during the past five (5) years.
* If more than three (3) projects are included within the Bidder's proposal, the Evaluation Committee will only consider the specified number of projects (no more than 3), in the order in which they are first presented in the Bidder's Proposal.
The following factors MUST be met by at least one (1) project summary. Any single project may demonstrate more than one (1) of the following factors. Not all projects must demonstrate one (1) of the below, however, all factors below are required to be demonstrated by the three (3) project summaries:
At least one (1) project summary cited MUST demonstrate direct, applied experience with Climate Change Studies relating to First Nations communities.
At least one (1) project summary cited MUST demonstrate direct, applied experience working with First Nation communities in the South. This may include, but is not necessarily limited to, projects in which First Nations were directly consulted, projects completed for a First Nation, or projects that involved service delivery within a First Nation.
At least one (1) project summary cited MUST demonstrate the provision of these services for a Federal Government client.
The Bidder MUST provide the name and relevant contact information of the client project authority to whom the Bidder reported.
The Bidder MUST include Project Reference Forms (see Appendix A) completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee must be submitted as part of the Bidder's Proposal. The Bidder MUST NOT sign reference forms on behalf of the referee.
DIAND reserves the right to contact the named client project authority to verify the information contained within the submitted project summaries.
In the event that any one (1) cited client reference provides a negative response in regard to the veracity and/or accuracy of the information contained within the Bidder’s submitted project summary, DIAND reserves the right to deem the Bidder’s proposal non-compliant, whereupon no further consideration will be given.
The onus is on the Bidder to provide sufficient information to demonstrate it meets the above stated requirements. A simple reiteration of the contents of the RFSO will not be considered.
Proposed Resources
The Bidder MUST propose a resource team to perform the work described within the work stream, composed of the following numbers and categories of resources:
Two (2) Project Managers;
Two (2) Senior Analysts;
Two (2) Analysts;
The Bidder must include a detailed CV for each resource proposed.
Named resources cannot be proposed in more than one (1) Resource Category. Only two (2) resources will be evaluated per Category.
If more than two (2) resources are proposed, the Evaluation Committee will only consider two (2) resources in the order in which they are first presented in the Bidder’s proposal.
Proposed resources MUST meet all of DIAND’s minimum qualification requirements for the Resource Category in which they are proposed, as described in section SW7.2 ‘Resource Categories and Qualifications’ of the SOW.
At least one (1) resource of the Bidder’s team in the Project Manager or Senior Analyst categories MUST be able to provide service in French. The Bidder MUST identify within its Proposal which of its resources are capable of providing the services in French.
Work Stream 2 - TECHNICAL ADVISORY SERVICES
Corporate Profile
The Bidder MUST provide a company profile and corporate resume demonstrating the Bidder’s knowledge and experience in the provision of services relevant and similar to this work-stream as defined in the Statement of Work (SOW). At a minimum, the Bidder MUST include within the profile:
The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, partners or subcontractors);
A written description of approximately 1000 words indicating the Bidder’s capabilities as a firm, including the Bidder’s resource availability and access to back-up resources, and the extent of the Bidder’s experience in the provision of Technical Advisory Services similar to those described in the work stream. This MUST include a description demonstrating the Bidder’s capability and experience as a firm to provide services in Climate Change Adaptation in, and as related to First Nations in the South.
Project Summaries
The Bidder MUST provide three (3) written project summaries describing in detail the Bidder’s experience in successfully providing services relevant and similar to this work-stream as defined in the SOW. Projects MUST have taken place during the past five (5) years.
* If more than three (3) projects are included within the Bidder's proposal, the Evaluation Committee will only consider the specified number of projects (no more than 3), in the order in which they are first presented in the Bidder's Proposal.
The following factors MUST be met by at least one (1) project summary. Any single project may demonstrate more than one (1) of the following factors. Not all projects must demonstrate one (1) of the below, however, all factors below are required to be demonstrated by the three (3) project summaries:
At least one (1) project summary cited MUST demonstrate direct, applied experience with Climate Change Studies, tools or assessments relating to First Nations communities.
At least one (1) project summary cited MUST describe the provision of these services for a Federal or Provincial Government client.
At least one (1) project summary cited MUST demonstrate direct, applied experience working with First Nation communities in the South. This may include, but is not necessarily limited to, projects in which First Nations were directly consulted, projects completed for a First Nation, or projects that involved service delivery within a First Nation.
The Bidder MUST provide the name and relevant contact information of the client project authority to whom the Bidder reported.
The Bidder MUST include Project Reference Forms (see Appendix B) completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee must be submitted as part of the Bidder's Proposal. The Bidder MUST NOT sign reference forms on behalf of the referee.
DIAND reserves the right to contact the named client project authority to verify the information contained within the submitted project summaries.
In the event that any one (1) cited client reference provides a negative response in regard to the veracity and/or accuracy of the information contained within the Bidder’s submitted project summary, DIAND reserves the right to will deem the Bidder’s proposal non-compliant, whereupon no further consideration will be given.
The onus is on the Bidder to provide sufficient information to demonstrate it meets the above stated requirements. A simple reiteration of the contents of the RFSO will not be considered.
Proposed Resources
The Bidder MUST propose a resource team to perform the work described within the work stream, composed of the following numbers and categories of resources:
Two (2) Project Managers;
Two (2) Senior Technical Specialists; and
Two (2) Technical Specialists.
The Bidder must include a detailed CV for each resource proposed.
Named resources cannot be proposed in more than one (1) Resource Category. Only two (2) resources will be evaluated in each Category.
If more than two (2) resources are proposed, the Evaluation Committee will only consider two (2) resources in the order in which they are first presented in the Bidder’s proposal.
Proposed resources MUST meet all of DIAND’s minimum qualification requirements for the Resource Category in which they are proposed, as described in section SW7.2 ‘Resource Categories and Qualifications’ of the SOW.
At least one (1) resource of the Bidder’s team in the Project Manager or Senior Analyst categories MUST be able to provide service in French. The Bidder MUST identify within its Proposal which of its resources are capable of providing the services in French.
Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on
Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.
You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an
Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about
Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.
To receive FREE Notifications of Amendments, and direct links to the Buy & Sell documents without ordering by courier, an account with the Complete Canadian Public Tenders in good standing is required. Upgrade Today to receive this and many more benefits!Contains information licensed under the Open Government license – Canada. Contains data reproduced and distributed with the permission of the Government of Canada, on an "as is" basis. This notice appears on Buy and Sell as Reference Number: PW-17-00796620
   NameViner, Celine Company NameIndian and Northern Affairs Canada Address 10 Wellington Street
 CityOttawa State / ProvinceON Postal CodeK1A 0H4 Phone(819)953-7830 Fax Emailceline.viner@aadnc-aandc.gc.ca Website URL

CanadaLocation

Address: Canada

Country : Canada

You may also like

First Community Foundation Partnership of Pennsylvania invites applications for Williamsport Lycoming Competitive Grant Cycle

Due: 01 Jun, 2024 (in 1 month)Agency: First Community Foundation Partnership of Pennsylvania

STRATEGIC ADVISORY SERVICES FOR GMS (NA-21)

Due: 04 Oct, 2028 (in about 4 years)Agency: ENERGY, DEPARTMENT OF

DEVELOPMENT OF STRATEGIC PLAN

Due: 31 Jul, 2024 (in 3 months)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

Professional, Administrative and Management Support Services