Two (2) Financial Specialists

Status Awarded

Contract number W8485-TSPS2018-17

Solicitation number K1P 6A4

Publication date

Contract award date


    Description

    This contract was awarded to:

    ADGA GROUP CONSULTANTS INC.

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    for

    TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS)

    GSIN: R019R– Professional Services / Financial Analysis

    Reference Number: TSPS 2018-17

    Solicitation Number: W8485-TSPS2018-17

    Organization Name: Department of National Defence – Directorate of Aerospace Procurement

    Solicitation Date: January 22, 2018

    Closing Date: 5 February, 2018

    2:00 p.m. Eastern Daylight Time (EDT)

    Anticipated Start Date: February 12, 2018

    Estimate Level of Effort: 240 days per each Resource (for initial Contract Period)

    Contract Duration:

    The contract period will be for an initial period of one (1) year, plus two (2) irrevocable option years to extend the term of the contract.

    Solicitation Method: Competitive

    Applicable Trade Agreements: NAFTA, CFTA, CColFT, CPFTA, WTO-AGP, CCFTA, CPanFTA

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: One (1)

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TSPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:

    • Stream 3, Sub-Stream 3.8: Financial Specialist, Senior (Level 3)
    • Stream 3, Sub-Stream 3.8: Financial Specialist, Intermediate (Level 2)

    The following 62 SA Holders have been invited to submit a proposal:

    1. 1019837 Ontario Inc
    2. 1092009 Ontario Inc
    3. 2261271 Ontario Inc
    4. 3056058 Canada inc. operating as CLA Personnel
    5. Access Corporate Technologies Inc.
    6. Action Personnel of Ottawa-Hull Ltd
    7. ADGA Group Consultants Inc.
    8. Altis Human Resources (Ottawa) Inc
    9. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    10. ARTEMP PERSONNEL SERVICES INC
    11. AZUR HUMAN RESOURCES LIMITED
    12. Breckenhill Inc.
    13. Calian Ltd.
    14. Contract Community Inc.
    15. Contract Community Inc., Nisha Technologies inc. in Joint venture
    16. Dare Human Resources Corporation
    17. Deloitte Inc.
    18. Eagle Professional Resources Inc.
    19. Ernst & Young LLP
    20. Excel Human Resources Inc.
    21. Facilité Informatique Canada Inc.
    22. Foursight Consulting Group Inc.
    23. HDP Group Inc
    24. IAN MARTIN LIMITED
    25. Icegate Solutions Inc.
    26. IDS Systems Consultants Inc.
    27. KPMG LLP
    28. Lannick Contract Solutions Inc.
    29. Le Groupe Conseil Bronson Consulting Group
    30. Leverage Technology Resources Inc.
    31. Lumina IT inc.
    32. Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
    33. Maplesoft Consulting Inc.
    34. MaxSys Staffing & Consulting Inc.
    35. Mindstream Training Center and Professional Services Bureau, Inc
    36. Mishkumi Technologies Inc.
    37. Modis Canada Inc
    38. N12 Consulting Corporation
    39. Olav Consulting Corp
    40. Pleiad Canada Inc.
    41. Portage Personnel Inc.
    42. Pricewaterhouse Coopers LLP
    43. Primex Project Management Limited
    44. Procom Consultants Group Ltd.
    45. Prologic Systems Ltd.
    46. Promaxis Systems Inc
    47. QMR Staffing Solutions Incorporated
    48. Randstad Interim Incorporated
    49. Raymond Chabot Grant Thornton Consulting Inc.
    50. Robertson & Company Ltd.
    51. S.i. Systems Ltd.
    52. Spearhead Management Canada Ltd.
    53. Strategic Relationships Solutions Inc.
    54. TDV Global inc.
    55. The AIM Group Inc.
    56. The Halifax Group
    57. The VCAN Group Inc.
    58. TRM Technologies Inc.
    59. Turtle Island Staffing Inc.
    60. Valcom Consulting group Inc.
    61. Zernam Enterprise Inc.
    62. ZW Project Management Inc.

    The Department of National Defence (DND) requires professional services of two (2) Financial Specialists, Senior and Intermediate, to support the Program Management Sustainment Initiative (PMSI) team.

    -There are contracted resources performing similar work in the last 12 months.

    Security Requirement: Common PS SRCL #41 applies

    Minimum Corporate Security Required: Facility Security Clearance

    Minimum Resource Security Required: Secret

    DND Contact

    Name: Natalie Bastianello-Lamoureux

    Phone Number: 819-939-5083

    E-Mail Address: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    Enquiries

    Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. 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 “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Task and Solutions Professional Services (TSPS) Method of Supply is refreshed three (3) times per year.
    If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI‐NCRIMOS@pwgsc.gc.ca.

    Business address
    110 ARGYLE AVE
    OTTAWA, ON, K2P 1B4
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019R - Professional Services / Financial Analysis
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Bastianello-Lamoureux, Natalie
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Date modified: