PROJECT MANAGER AND PROJECT PLANNER SERVICES IN SUPPORT OF MWAV IV RENEWAL

Status Awarded

Contract number W8482-218151/001/MAR

Solicitation number W8482-218151/A

Publication date

Contract award date

Last amendment date

Contract value

CAD 736,412.75

    Description

    This contract was awarded to:

    Calian Ltd.

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

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1” (= $0 - $3.75M) for the following categories:

    • 3.2 Intermediate (Level 2) Project Manager
    • 3.4 Intermediate (Level 2) Project Planner

    The following SA Holders have been invited to submit a proposal.

    1. Accenture Inc.

    2. ADGA Group Consultants Inc.

    3. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture

    4. BDO Canada LLP

    5. BMT Canada Ltd.

    6. BurntEdge Incorporated

    7. Calian Ltd.

    8. CGI Information Systems and Management Consultants Inc.

    9. Cistel Technology Inc.

    10. Contract Community Inc.

    11. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    12. Excel Human Resources Inc.

    13. Fleetway Inc.

    14. KPMG LLP

    15. Lansdowne Technologies Inc.

    16. Maplesoft Consulting Inc.

    17. MaxSys Staffing & Consulting Inc.

    18. Milestone Digital Media Consultants Inc.

    19. Promaxis Systems Inc.

    20. QinetiQ Limited

    21. Samson & Associés CPA/Consultation Inc

    22. Thomas&Schmidt Inc.

    23. Valcom Consulting group Inc.

    However, SA holders not invited to bid who wish to do so may, no later than five days prior to the published closing date of the contract, contact the contracting authority and request an invitation to bid. An invitation will be issued unless it would interfere with the proper functioning of the procurement system. Under no circumstances will Canada extend the solicitation closing date to allow these suppliers to bid. Where additional solicitations are issued as part of the solicitation process, they may not be considered in amendments to the solicitation.

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence (DND) [the "Client'] for the provision of Task and Solutions Professional Services. This requirement is for one (1) 3.2 Intermediate (Level 2) Project Manager and one (1) 3.4 Intermediate (Level 2) Project Planner resources to assist in the development of key project documents for the Minor Warship and Auxiliary Vessel (MWAV) In-Service Support Contract (ISSC) renewal process.

    Level of Security Requirement:

    Company Minimum Security Level Required: Reliability

    Resource Minimum Security Level Required: Reliability

    Applicable Trade Agreements:

    1. Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    2. World Trade Organization–Agreement on Government Procurement (WTO-GPA)
    3. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    4. Canadian Free Trade Agreement (CFTA)
    5. Canada–Peru Free Trade Agreement
    6. Canada–Panama Free Trade Agreement
    7. Canada–Colombia Free Trade Agreement
    8. Canada–Korea Free Trade Agreement

    Associated Documents:

    The Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed period of contract:

    The proposed period of contract will be from Date of Contract to 31 March 2022, followed by two (2) option periods of one (1) year each,

    01 April 2022 to 31 March 2023 and 01 April 2023 to 31 Mach 2024.

    Estimated Level of Effort:

    Initial Contract Period: 

    The estimated level of effort of the initial contract period will be for 570 days. (2 resources * 285 days = 570 days)

    Option Periods:

    The estimated level of effort of the option periods will be for 450 days. (2 resources * 225 days = 450 days per year)

    File Number: W8482-218151/A

    Contracting Authority: Roberto Petrocco, D Mar P 3-3-6

    E-Mail: MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@forces.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA

    Business address
    770 Palladium Drive, 4th Floor
    Ottawa, ON, K2V 1C8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D302AAR - Informatics Professional and Consulting Services, Systems Management, Project Management, EDP Management Consulting
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Petrocco, Roberto
    Address
    NDHQ - National Defence Headquarters
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2

    Buying organization(s)

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