W8486-249254/002/AR - One (1) Intermediate Project Manager

Status Awarded

Contract number W8486-249254/002/AR

Solicitation number W8486-249254/A

Publication date

Contract award date

Contract value

CAD 380,945.60

    Description

    This contract was awarded to:

    Promaxis Systems Inc.

    File Number: W8486-249254/A
    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of Two (2) Intermediate Project Managers under Stream 3, Project Management Services. The intent of this solicitation is to establish up to two (2) Contracts each for two (2) initial years, with the option to extend the term of the Contract by up to four (4) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Documents may be submitted in either official language of Canada.

    RFP documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. Bidders are advised that the RFP documents are not available on the CanadaBuys Tender Management Application (https://canadabuys.canada.ca).

    The TSPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's CanadaBuys Tender Management Application website at: https://canadabuys.canada.ca/en/about-us/news-and-events/transition-can…
    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Secret.
    Security Level required (Document Safeguarding): None
    Citizen Restriction: None

    For additional information, consult Part 6 – Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work:

    Region: National Capital Region

    Specific Location: NDHQ Carling Campus, 3500 Carling Avenue, Ottawa, Ontario.

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Jennifer Ouellet
    Email: jennifer.ouellet2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Business address

    2385 St. Laurent Blvd

    Ottawa, Ontario, K1G 6C3
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 24 month(s), from 2024/01/19 to 2026/01/18.

    Commodity - UNSPSC

    • 80101600 - Project management

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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-Honduras 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
    Department of National Defence
    Address

    101 Colonel By Dr.

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Jennifer Ouellet
    Phone
    (343) 598-1547
    Email
    jennifer.ouellet2@forces.gc.ca
    Address

    101 Colonel By Dr.

    Ottawa, Ontario, K1A 0K2
    Canada