• No results found

Title Sujet Project Delivery Office Support. Solicitation No. Nº de l invitation Solicitation Closes L invitation prend fin.

N/A
N/A
Protected

Academic year: 2021

Share "Title Sujet Project Delivery Office Support. Solicitation No. Nº de l invitation Solicitation Closes L invitation prend fin."

Copied!
5
0
0

Loading.... (view fulltext now)

Full text

(1)

RETURN BIDS TO:

RETOURNER LES SOUMISSIONS A : Bid Receiving/Réception des sousmissions

Procurement & Contracting Services Branch VISITOR’S CENTRE-Main Entrance Royal Canadian Mounted Police 73 Leikin Drive

Ottawa, Ontario K1A 0R2

Attn: Shannon Plunkett (613-843-3798)

AMENDMENT#001 REQUEST

FOR PROPOSAL

MODIFICATION#001

DEMANDE DE

PROPOSITION

Proposal to: Royal Canadian Mounted Police

We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor.

Proposition aux : Gendarmerie royale du 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 appendices ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s).

Comments: - Commentaries :

THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT

LE PRÉSENT DOCUMENT COMPORTE UNE EXIGENCE EN MATIÈRE DE SÉCURITÉ

Title – Sujet

Project Delivery Office Support

Date

July 24, 2015

Solicitation No. – Nº de l’invitation 201502963

Amendment No – No Modification 001

Client Reference No. - No. De Référence du Client

Solicitation Closes – L’invitation prend fin

At /à : 14 :00 HRS EST (Eastern Standard Time) HNE (heure normale de l’Est)

On / le : Tuesday, August 4, 2015

F.O.B. – F.A.B Destination

GST – TPS

See herein — Voir aux présentes

Duty – Droits

See herein — Voir aux présentes

Destination of Goods and Services – Destinations des biens et services

See herein — Voir aux présentes

Instructions

See herein — Voir aux présentes

Address Inquiries to –

Adresser toute demande de renseignements à Dale Rudderham, Procurement Officer

Telephone No. – No. de téléphone 613-843-5313

Facsimile No. – No. de télécopieur 613-825-0082

Delivery Required – Livraison exigée

See herein — Voir aux présentes

Delivery Offered – Livraison proposée

Vendor/Firm Name, Address and Representative – Raison sociale, adresse et représentant du fournisseur/de l’entrepreneur:

Telephone No. – No. de téléphone Facsimile No. – No. de télécopieur

Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) – Nom et titre de la personne autorisée à signer au nom du fournisseur/de l’entrepreneur (taper ou écrire en caractères d’imprimerie)

(2)

Solicitation No. – Nº de l’invitation :

201502963

A signed amendment cover page should accompany your bid.

Amendment001 is created to: 1. Respond to questions raised during the solicitation period; 2. Modify the point rated technical evaluation; 3. Modify the mandatory technical criteria; 4. Extend solicitation period, as follows:

1. Questions & Answers:

Question 1

Is there any incumbent currently performing these same duties or has there been within the last 12 months? If so, will they be invited to bid?

Answer 1

There are incumbents fulfilling similar requirements. The requirement is open for bids, not limited.

Question 2

May we propose a Senior Leader with a 2 year technical program in Architectural Technology from the Northern Alberta Institute of Technology/British Columbia Institute of Technology supplemented with a PMP designation and 15-25 years of buildings project experience?

Answer 2

No, we will not accept a 2-year program for the Project Leader, Senior or Junior.

Question 3

The PRINCE 2 designation is not widely recognized or held in Canada (Europe based). If the incumbent is the only organization that can provide this designation, other proponents cannot effectively compete based on the proposed scoring set out in the RFP. We kindly request that the allocated scoring be reconsidered for an industry based fair and competitive process.

Answer 3

RCMP has adopted PRINCE2 as their formal Project Management Standard, it is an integral part of our Investment Management and Project Delivery policies, procedures and processes therefore we will not reconsider our scoring allocation;

Question 4

Can you please confirm if the same resources can be carried on multiple bids with different firms?

Answer 4

Yes, one resource can be proposed in multiple bids.

Question 5

With regards to the Senior Interior Designer role, can you please confirm that a 3 or 4 year University Degree in Architecture from a Canadian or American University would qualify under M-ID-3 and R-ID-2?

Answer 5

As Interior Design is included in architectural programs, yes we will accept a 3-4 year architecture degree from a Canadian or American university for M-ID-03 and R-ID-02

Question 6

Refer to pg 11 of 37: item 1.1.2 Point Rated Technical Criteria – Interior Designer (ID) – Senior ....Demonstrated experience providing Interior Design services as described in the SOW in a government environment beyond the Mandatory requirement of M-ID-2 (Senior) regardless of the

(3)

Solicitation No. – Nº de l’invitation :

201502963 timeframe in which the experience was acquired. Please define what exactly you are looking for? Is the requirement for the Senior Designer to have worked in a government environment as a senior designer for 4 years? Or the Designer has provided services to a government dept/agency for 4 years? As a Senior Designer?

Answer 6

The proposed resource must have worked in a government environment providing the services as described in the SOW for that specific category. For a Senior Interior Designer, it is to provide the services as described in the SOW under that category.

Question 7

Refer to pg 23 of 37: Annex A SOW refers to Annex D – Evaluation Criteria & Contractor Selection Methodology. Annex D pg 33 of 37 appears to be Certifications. Are we missing Evaluation Criteria & Contractor Selection Methodology or should we refer to pg 9 of 37 1.1.2 Point Rated Technical Criteria for each Resource?

Answer 7

Delete (See Annex D – Evaluation Criteria & Contractor Selection Methodology) on page 23 in the SOW. Replace with (See Part 4 - Evaluation Procedures and Basis of Selection.).

Question 8

Refer to pg 25 of 37: Annex A SOW item 4.b)vi Interior Designer (ID) – Senior and Junior: subcontract fabrication, installation and arrangement of carpeting, fixtures, accessories, draperies, paint, and wall coverings, art work, furniture and related items; Type of environments will be buildings, boats planes, buses and trains as well as other enclosed spaces for these items? Please clarify what environments are mandatory experience?

Answer 8

Under Interior Designer (ID (Senior and Junior), page 25, "Plan and design interior environments of buildings, boats, planes, buses and trains as well as other enclosed spaces," delete boats, planes, buses and trains as well as other enclosed spaces. The requirement will be limited to real-property; ie.: building, floors, rooms, etc...

Question 9

Refer to pg 25 of 37: Annex A SOW Language Requirement - It is understood that the services are to be provided in both official languages, English and French. Are the deliverables/documents/drawings to be provided in both as well?

Answer 9

The SOW states clearly that "The Contractor will be capable of providing services to the RCMP in both official languages, English and French, predominantly in the English language. Ability to provide the services in French, in addition to English, might be a precedent to TA issuance." A TA will specifically identify if the services of that resource need to be provided in French and whether this will include written deliverables. If not specified in the individual TA then the services, including all deliverables, will be provided in English.

Question 10

Would the RCMP consider allocating the same number of points for those Project Leaders who possess either a Prince2 designation and/or a PMP designation, and in the event that the successful firm's resource does not possess a Prince2 certification at the time of contract award that the

successful proponent guarantees that the resources submitted as the Senior and Junior Project Leaders obtain their Prince2 Practitioner Certification, at the Firm's expense, within 3 months of contract award. This adjustment would allow for more competition with the assurance to the RCMP that the resource will possess the required designations.

(4)

Solicitation No. – Nº de l’invitation :

201502963 Answer 10

The RCMP recognizes that PMP is a leading project management methodology that is equivalent to Prince 2 within the industry. However, the RCMP Project Management Standard is based on the Prince 2 Project Management methodology. As such, knowledge of and certification in Prince 2 is more

beneficial to our organization than PMP. RCMP recognizes the value of PMP and will provide points accordingly as indicated in the Points Rated Technical Criteria section.

Question 11

Could RCMP please confirm that a Bachelor of Commerce, would be sufficient to meet the education requirement for M-TSS-2 when combined with forty-eight (48) months of relevant experience?

Answer 11

We agree that a 3-4 year program is too stringent. Given that the most popular and respected security systems design and installation programs at the local colleges are two year programs, we agree to make the modification indicated below in #3

Question 12

One of the requirements for the Technical Specialist Security (M- TSS-2) is to have “Completed a three (3) or four (4) year program of study at a college recognized by Canada in a technical field related to the TSS functions of the SOW”. Could you please confirm that completion of the two (2) year Security and Alarm Systems Technician program from Algonquin College, would be sufficient to meet the education requirement for M-TSS-2 when combined with forty-eight (48) months of relevant experience?

Answer 12

We agree that a 3-4 year program is too stringent. Given that the most popular and respected security systems design and installation programs at the local colleges are two year programs, we agree to make the modification indicated below in #3

2. Delete R-PL-4 and R-PL-3 Point Rated Technical Criteria in its entirety

and Replace with the following:

R-PL-4 (Senior)

Demonstrated Project Management Accreditation

PRINCE 2 Practitioner Certification – 50 pts. OR

PRINCE 2 Foundation Certification – 35 pts. OR

Project Management Professional (PMP) Certification –

35

pts.

OR Other Project Management Certification – 15 pts.

(5)

Solicitation No. – Nº de l’invitation :

201502963

R-PL-3 (Junior)

Demonstrated Project Management Accreditation

PRINCE 2 Practitioner Certification – 50 pts. OR

PRINCE 2 Foundation Certification – 35 pts. OR

Project Management Professional (PMP) Certification –

35

pts.

OR Other Project Management Certification – 15 pts.

50

3. Delete M-TSS-2 Mandatory Technical Criteria in its entirety and Replace

with the following:

M-TSS-2

The proposed resource MUST have either:

an undergraduate degree in a technical field related to the TSS functions of the SOW from a university recognized by Canada

OR

completed a minimum

two (2)

– year program of study at a

college recognized by Canada in a technical field related to the TSS functions of the SOW

AND

a minimum of forty-eight (48) months demonstrated security systems and procedures experience as described in the SOW, within the last ten (10) years.

4. Delete solicitation closing date Wednesday July 29

th

2015 and Replace

with Tuesday August 4

th

, 2015.

References

Related documents

Revisers must be members in good standing of, and certified in translation from English into French or French into English by a provincial or territorial professional

Perform all required PVT items identified in the Product Verification Plan (PD-3) on the first complete Decontamination System (including all components of the system), demonstrating

2.49 The hours proposed by the contractor in its bid implicitly correspond to the workload it intends to assume in order to accomplish the routine, monthly and

send bid only to the Bid Receiving Unit of Public Works and Government Services Canada (PWGSC) specified below, by the date and time indicated on page 1 of the bid solicitation,

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

The Canada Border Services Agency (CBSA) has a requirement to establish a contract for professional resources and specialized services/expertise in planning, integrating and

e) If offerors are offering a different unit format than the requested unit format, they will still need to provide the unit price as per the requested format. For example, if

To supply moulded chair foam in accordance with the specifications in Annex "A" - Requirement, Annex "B" - Basis of Payment’ Annex "C" - Delivery