Professional Audit Support Services (PASS) Requirement

Solicitation number W7680-24-R009

Publication date

Closing date and time 2023/12/01 14:00 EST

Last amendment date


    Description

    Professional Audit Support Services (PASS) Requirement

    This requirement is for: Department of National Defence (DND)

    The requirement described in this RFP is open to pre-qualified suppliers for the following stream(s) of the PASS SA:

    Stream 4: Forensic Audit

    The following SA Holders have been invited to submit a proposal.

    1. Altis Human Resources (Ottawa) Inc.
    2. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    3. BDO Canada LLP
    4. Cohen Hamilton Steger & Co. Inc
    5. Deloitte LLP
    6. Ernst & Young LLP
    7. KPMG LLP
    8. Matson, Driscoll & Damico Ltd.
    9. MNP LLP
    10. Pricewaterhouse Coopers LLP
    11. Raymond Chabot Grant Thornton Consulting Inc.
    12. RSM CANADA CONSULTING LP; RSM ALBERTA LLP; Government Solutions Group LLP - IN JOINT VENTURE
    13. Samson & Associés CPA/Consultation Inc

    Description of the Requirement:

    The objective of this requirement is to obtain forensic accounting and audit services to provide support to the DND/ADM(RS) in preparing and carrying out its responsibilities, as outlined in the departmental Fraud Risk Management Program (FRMP).

    The desired outcome of the work is primarily to conduct a departmental-wide Fraud Risk Assessment (FRA) in consultation with the DND’s pre-established FRA Scoping Plan. The work will be used to develop a corporate fraud risk profile that will serve as a point of reference for future organizational fraud risk re-assessments, as well as recommendations to senior management on anti-fraud controls to complement existing controls to further mitigate fraud risks.

    ADM(RS) is also seeking assistance in the development of tailored training for specialists working in an organization or functional areas requiring attention based on the results of the FRA.

    Level of Security Requirement:

    The following security requirement (SRCL and related clauses) applies and will form part of the Contract:

    Common PS SRCL #6:
    1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
    2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC
    3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction
    4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
    5. The Contractor/Offeror must comply with the provisions of the:
    a. Security Requirements Check List and security guide (if applicable), attached at Annex C;
    b. Industrial Security Manual (Latest Edition).

    Applicable Trade Agreements:

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

    Proposed period of contract:

    The proposed period of contract shall be from date of contract award to December 31, 2025 and one option to extend for a period of up to one year.

    File Number: W7680-24-R009

    Contracting Authority: Martin Gravel

    E-Mail: Martin.Gravel@forces.gc.ca

    NOTE: The Professional Audit Support Services (PASS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact tpsgc.paspsvaaauthorite-appasssaauthority.pwgsc@tpsgc-pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/01/01.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    National Defence
    Address

    60 Moodie Drive

    Ottawa, ON, K1A 0K2
    Canada
    Contracting authority
    Martin Gravel
    Phone
    (613) 555-3172
    Email
    Martin.Gravel@forces.gc.ca
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Ottawa
    Region of opportunity
    Ottawa
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.