NPP – W8486-239050/A – TSPS SA – One (1) Senior Technician

Status Awarded

Contract number W8486-239050/001/QE

Solicitation number W8486-239050/A

Publication date

Contract award date

Contract value

CAD 224,691.91

    Description

    This contract was awarded to:

    Valcom Consulting Group Inc.

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-239050/A
    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Senior Technician, under stream 5.2, Technical, Engineering and Maintenance Service. The intent of this solicitation is to establish one (1) Contract for two (2) initial years, with the option to extend the term of the Contract by up to two (2) 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 Service (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Time Frame of Delivery: As soon as possible.

    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.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 Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca….

    List of Pre-Qualified Suppliers:

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:
    • U9468269 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 Ltd.
    • AES ENGINEERING LTD.
    • Altis Human Resources (Ottawa) Inc.
    • Calian Ltd.
    • Fleetway Inc.
    • GasTOPS Ltd.
    • L-3 Technologies MAS Inc.
    • Louis Tanguay Informatique Inc.
    • Maverin Business Services Inc.
    • MaxSys Staffing & Consulting Inc.
    • Modis Canada Inc
    • Norda Stelo Inc.
    • Numerica Technologies inc.
    • Olav Consulting Corp
    • OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    • Orbis Risk Consulting Inc.
    • Platinum Technologies Inc.
    • Primex Project Management Limited
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • Protak Consulting Group Inc.
    • Reticle Ventures Canada Incorporated
    • SoftSim Technologies Inc.
    • T.E.S. Contract Services INC.
    • T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    • The AIM Group Inc.
    • THE SOURCE STAFFING SOLUTIONS 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

    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: 720 Bluenose Private, Ottawa, Ontario, K1V 7M9

    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

    300-85 Albert Street

    Ottawa, Ontario, K1P 6A4
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Canada
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 24 month(s), from 2023/09/01 to 2025/08/31.

    Commodity - UNSPSC

    • 78181500 - Vehicle maintenance and repair services

    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)

    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
    Date modified: