TSPS SA – One (1) Senior Engineering Graduate

Status Awarded

Contract number W8476-185890/001/LC

Solicitation number W8476-185890/A

Publication date

Contract award date


    Description

    This contract was awarded to:

    Altis Professional

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-185890

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 5.3 Engineering Graduate, Senior under Stream 5: Technical Engineering and Maintenance Services (TEMS) Stream. The intent of this solicitation is to establish up to One (1) Contract for one (1) year, 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 Services (TSPS) Supply Arrangement (SA) number E60ZT-16TSPS.

    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 Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).

    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-canada/register-as-a-supplier/register-to-provide-services.

    List of Pre-Qualified Suppliers :

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

    • 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.
    • AEROTEK ULC
    • Altis Human Resources (Ottawa) Inc.
    • Babcock Canada Inc.
    • BMT Fleet Technology Limited
    • Calian Ltd.
    • Deloitte Inc.
    • Dillon Consulting Limited
    • Fleetway Inc.
    • GasTOPS Ltd.
    • International Safety Research Inc.
    • L-3 Technologies MAS Inc.
    • Louis Tanguay Informatique Inc.
    • Martec Limited
    • Maverin Business Services Inc.
    • Michael Wager Consulting Inc.
    • Mishkumi Technologies Inc.
    • Modis Canada Inc
    • Neosoft Technologies Inc.
    • Numerica Technologies inc.
    • Olav Consulting Corp
    • Orbis Risk Consulting Inc.
    • Platinum Technologies Inc.
    • Posterity Group Consulting Inc,
    • POSTERITY GROUP CONSULTING INC., F S MATRIX INC., in joint venture
    • Primex Project Management Limited
    • Procom Consultants Group Ltd.
    • Promaxis Systems Inc
    • QinetiQ Limited
    • T.E.S. Contract Services INC.
    • The AIM Group Inc.
    • Tiree Facility Solutions 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:

    SRCL: Common PS SRCL #20

    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: 45 Boulevard Sacré-Coeur, Gatineau, Quebec

    BIDDERS’ INQUIRIES

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

    Name: Mélanie Simpson

    Email: melanie.simpson@forces.gc.ca

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

    Documents may be submitted in either official language of Canada.

    Business address
    102 Bank Street, Suite 302
    Ottawa, Ontario, K1P 5N4
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019BF - Human Resource Services, Business Consulting/Change Management; Project Management Services
    • R008A - Technical Engineering and Maintenance Services (TEMS) (Excludes requirements related to armament, R&D and R&O)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Simpson, Melanie
    Phone
    819-939-6492
    Address
    101 Colonel By Drive
    Ottawa, ON, K0A 0K0
    CA

    Buying organization(s)

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