One (1) Senior Technician (Applied Chemistry)

Status Awarded

Contract number W8486-260444/002/QE

Solicitation number W8486-260444/A

Publication date

Contract award date


    Description
    This contract was awarded to:
    Altis Recruitment & Technology Inc.

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-260444/A
    Tier: 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND) for the services of Two (2) Senior Technicians (Applied Chemistry) under Stream 5, Technical, Engineering and Maintenance Services. The intent of this solicitation is to establish up to two (2) contracts for four (4) initial years, with the option to extend the term of the Contract by up to one (1) one-year irrevocable option period under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Service (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Time Frame of Delivery: ASAP

    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…

    List of Pre-Qualified Suppliers:

    This requirement is open the following suppliers who qualified under the stated consultant stream, region and tier:

    9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.
    9468269 Canada Corp.
    Access Corporate Technologies Inc.
    ACF Associates Inc.
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    AECOM Canada ULC
    Akkodis Canada Inc.
    Altis Recruitment & Technology Inc.
    Amyantek Inc
    Artech Technology Canada Limited
    Calian Ltd.
    Dare Human Resources Corporation
    Dunn Engineering Inc
    Fleetway Inc.
    GasTOPS Ltd.
    Indigenous Advancement Partnerships Inc., Calian Ltd. in Joint Venture
    Louis Tanguay Informatique Inc.
    Maverin Business Services Inc.
    MaxSys Staffing & Consulting Inc.
    MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    Newfound Recruiting Corporation
    Norda Stelo Inc.
    Numerica Technologies inc.
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    OneTriam Inc.
    Orbis Risk Consulting Inc.
    Primex Project Management Limited
    Prologic Systems Ltd.
    Promaxis Systems Inc
    Protak Consulting Group Inc.
    Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
    Reticle Ventures Canada Incorporated
    SoftSim Technologies Inc.
    Staffmax Staffing & Recruiting Corp.
    T.E.S. Contract Services INC.
    T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    The AIM Group Inc.
    The Attain Group Inc. /Le Groupe Atteindre Inc.
    Thomas&Schmidt Inc.
    V42 Management Consulting, Inc.
    Valcom Consulting group Inc.
    WSP Canada Inc.

    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: N/A
    FOCI Review: No

    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: 45 Boulevard Sacré-Cœur, Gatineau, Québec

    BIDDERS’ INQUIRIES

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

    Name: Kelsey Lawrence
    Email: kelsey.lawrence2@forces.gc.ca

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

    Business address

    102 Bank Street - Suite 300

    Ottawa, Ontario, K1P 5N4
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Cost-per-Point
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 49 month(s), from 2026/02/25 to 2030/03/31.

    Commodity - UNSPSC

    • 41100000 - Laboratory and scientific equipment

    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-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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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 (DND)
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Kelsey Lawrence
    Phone
    (343) 572-4397
    Email
    kelsey.lawrence2@forces.gc.ca