One (1) Business Process Consultant, Intermediate

Status Awarded

Contract number W8485-TSPS2019-07

Solicitation number W8485-TSPS2019-07/A

Publication date

Contract award date


    Description

    This contract was awarded to:

    Promaxis Systems Inc.

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS).

    TASK BASED E60ZT-16TSPS PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2019-07/A

    TIER 1 (< $2M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the:

    - Stream 2: Business Consulting / Change Management Stream

    for the services of:

    - One (1) Business Process Consultant, Intermediate

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years plus one (1) one-year irrevocable option allowing Canada to extend the term of the Contract.

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Location of Work to be Performed

    Region(s): National Capital Region

    Specific Location(s): 455 Boulevard de la Carrière, Gatineau, QC

    Security Requirement

    Security Requirements Check List: Common PS SRCL #20

    Supplier Security Clearance required: FSC - Secret

    Security Level required (Document Safeguarding): None

    Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2019-07/A

    DND POC: Blair McDougall

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

    The Department of National Defence (DND) requires the services of one (1) Business Process Consultant, Intermediate, to provide support to the Director Aerospace Equipment Program Management (Tactical Aviation & Simulation) DAEPM(TA&S).

    Documents may be submitted in either official language of Canada.

    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) at: spts.tsps@tpsgc-pwgsc.gc.ca.

    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 only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:

    1. 1019837 Ontario Inc.
    2. 3056058 Canada inc.
    3. 7351933 Canada Inc
    4. ADGA Group Consultants Inc.
    5. Altis Human Resources (Ottawa) Inc.
    6. ARTEMP PERSONNEL SERVICES INC
    7. Beyond Technologies Consulting Inc.
    8. Bridgetown Consulting Inc.
    9. Calian Ltd.
    10. Conoscenti Technologies Inc.
    11. Contract Community Inc.
    12. Coradix technology Consulting Ltd.
    13. Dare Human Resources Corporation
    14. Donna Cona Inc.
    15. Excel Human Resources Inc.
    16. Fast Track Staffing, 49 Solutions in Joint Venture
    17. Foursight Consulting Group Inc.
    18. Halo Management Consulting Inc.
    19. HDP Group Inc
    20. IBISKA Telecom Inc.
    21. InfoMagnetics Technologies Corporation (IMT)
    22. Juno Risk Solutions Incorporated
    23. Lannick Contract Solutions Inc.
    24. Lansdowne Technologies Inc.
    25. Maverin Business Services Inc.
    26. MaxSys Staffing & Consulting Inc.
    27. Mindwire Systems Ltd.
    28. Modis Canada Inc
    29. NavPoint Consulting Group Inc.
    30. Newfound Recruiting Corporation
    31. OpenFrame Technologies, Inc.
    32. Performance Management Network Inc.
    33. Pricewaterhouse Coopers LLP
    34. Promaxis Systems Inc
    35. QinetiQ Limited
    36. Quallium Corporation
    37. S.i. Systems Ltd.
    38. Sierra Systems Group Inc.
    39. Spearhead Management Canada Ltd.
    40. TAG HR The Associates Group Inc.
    41. The VCAN Group Inc.
    42. Valcom Consulting group Inc.
    43. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    Business address
    2385 St. Laurent Blvd.
    Ottawa, ON, K1G 6C3
    Procurement method
    Competitive – Open Bidding
    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
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    McDougall, Blair
    Phone
    819-939-4278
    Address
    455 Blvd de la Carriere
    Gatineau, QC, K1A 0K2
    CA

    Buying organization(s)

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