NPP – W8486-195458/A – TSPS SA – One (1) Life Cycle Management Specialist, Intermediate

Status Awarded

Contract number W8486-195458/001/SV

Solicitation number W8486-195458/A

Publication date

Contract award date

Contract value

CAD 376,537.38

    Description

    This contract was awarded to:

    Valcom Consulting Group Inc.

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-195458/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 5.16 – Life Cycle Management Specialist - Intermediate under Stream 5: Technical, Engineering and Maintenance (TEMS) Stream. The intent of this solicitation is to establish up to One (1) Contract for two (2) years, with the option to extend the term of the Contract by up to one (1) 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:

    • 7351933 Canada Inc

    • ACF Associates Inc.

    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    • AEROTEK ULC

    • Altis Human Resources (Ottawa) Inc.

    • Babcock Canada Inc.

    • BMT CANADA LTD.

    • CAE Inc.

    • Calian Ltd.

    • Deloitte Inc.

    • Dillon Consulting Limited

    • Fleetway Inc.

    • International Safety Research Inc.

    • L-3 Technologies MAS Inc.

    • Maverin Business Services Inc.

    • Mishkumi Technologies Inc.

    • Mist Mobility Integrated Systems Technology Inc.

    • Neosoft Technologies Inc.

    • Olav Consulting Corp

    • Pennant Canada Limited

    • Platinum Technologies Inc.

    • Procom Consultants Group Ltd.

    • Promaxis Systems Inc

    • QinetiQ Limited

    • Stantec Consulting Ltd.

    • T.E.S. Contract Services INC.

    • The AIM Group Inc.

    • Thomas&Schmidt Inc.

    • Tiree Facility Solutions Inc.

    • Valcom Consulting group Inc.

    Should an uninvited SA Holder wish to be invited, they may contact the Contracting Authority to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the solicitation process, they may not be reflected in a bid solicitation amendment.

     

    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, Financial 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.

    Controlled Goods :

    This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).

    BIDDERS’ INQUIRIES

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

    Name: Maria Biliato

    Email: Maria.Biliato@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
    85 Albert Street
    Suite 300
    Ottawa, Ontario, K1P 6A4
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • 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
    Biliato, Maria
    Phone
    819-939-3230
    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
    Date modified: