One (1) Senior Professional Engineer (P.Eng)

Status Awarded

Contract number W8486-250139/001/AV

Contract value :

CAD 965,200.80

Solicitation number W8486-250139/A

Publication date

Contract award date


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

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-250139/A
    Tier: 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Senior Professional Engineer (P.Eng) under Stream 5, Technical, engineering and maintenance services stream. The intent of this solicitation is to establish one (1) Contract for three (3) initial years, with the option to extend the term of the Contract by up to three (3) 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) (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:
    7351933 Canada Inc

    9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.

    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.

    Allswater Marine Consultants Limited

    Altis Recruitment & Technology Inc.

    Amyantek Inc

    Arup Canada Inc.

    Blue Water Sourcing Inc

    C4i Training & Technology Inc.

    Calian Ltd.

    CHANT LIMITED

    Compass Resource Management Ltd

    Dare Human Resources Corporation

    Deloitte Inc.

    Dunn Engineering Inc

    Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture

    Fleetway Inc.

    GasTOPS Ltd.

    Indigenous Advancement Partnerships Inc., Calian Ltd. in Joint Venture

    Lengkeek Vessel Engineering Inc.

    Louis Tanguay Informatique Inc.

    MACP inc.

    Martec Limited

    Maverin Business Services Inc.

    MaxSys Staffing & Consulting Inc.

    Michael Wager 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

    Orbis Risk Consulting Inc.

    Pennant Canada Limited

    Posterity Group Consulting Inc,

    Primex Project Management Limited

    Procom Consultants Group Ltd.

    Prologic Systems Ltd.

    Promaxis Systems Inc

    Protak Consulting Group Inc.

    Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture

    RAYMOND CHABOT GRANT THORNTON S.E.N.C.R.L.

    Reticle Ventures Canada Incorporated

    SALASAN Consulting Inc.

    Serco Canada Marine Corporation

    T.E.S. Contract Services INC.

    T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture

    Talencity Inc.

    The AIM Group Inc.

    The Attain Group Inc. /Le Groupe Atteindre Inc.

    Thomas&Schmidt Inc.

    Tiree Facility Solutions 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
    FOCI Review: 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:
    These locations may include, but are not limited to:
    • 45 Boulevard Sacre-Cœur, Gatineau, Québec;
    • 72 Rue Laval, Gatineau, Québec;
    • 101 Colonel By Drive, Ottawa, Ontario;
    • 60 Moodie Drive, Kanata, 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

    102 Bank Street

    Ottawa, Ontario, K1P 5N4
    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 36 month(s), from 2025/07/01 to 2028/06/30.

    Commodity - UNSPSC

    • 81100000 - Professional engineering services

    Trade agreements

    • Please refer to tender description or tender documents

    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 Dr

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