Life Cycle Management Specialist (LCMS) Services In Support of DMEPM(MSC) 2-3

Status Awarded

Contract number W8482-229592/001/MAR

Solicitation number W8482-229592/A

Publication date

Contract award date

Contract value

CAD 636,350.91

    Description

    This contract was awarded to:

    Calian Ltd

    This requirement is for the Department of National Defence

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under “Tier 1” for the following categories:

    5.16 Senior (Level 3) Life Cycle Management Specialist

    5.16 Junior (Level 1) Life Cycle Management Specialist

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

    1. ACF Associates Inc.
    2. ADGA Group Consultants Inc.
    3. Altis Human Resources (Ottawa) Inc.
    4. BMT CANADA LTD.
    5. Calian Ltd.
    6. Deloitte Inc.
    7. Fleetway Inc.
    8. L-3 Technologies MAS Inc.
    9. Modis Canada Inc
    10. Promaxis Systems Inc
    11. Reticle Ventures Canada Incorporated
    12. Technomics, Incorporated
    13. The AIM Group Inc.
    14. Tiree Facility Solutions Inc.
    15. 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 for the provision of Life Cycle Management Specialists (LCMS) services, specifically one (1) 5.16 Senior (Level 3) LCMS and one (1) 5.16 Junior (Level 1) LCMS. These LCMS will support the Director Maritime Equipment Program Management (Major Surface Combatant) (DMEPM(MSC)) Technical Authority (TA), in updating, maintaining and managing equipment and systems related to VLF/LF/HF/VHF/UHF/SHF and EHF radio communications on all classes of Royal Canadian Navy ships and auxiliary vessels. 

    Level of Security Requirement:

    Company Minimum Security Level Required: SECRET

    Resource Minimum Security Level Required: SECRET

    Applicable Trade Agreements:

    Canada-Colombia Free Trade Agreement

    Canada-Peru Free Trade Agreement

    World Trade Organization-Agreement on Government Procurement (WTO-AGP)

    Canada-Panama Free Trade Agreement

    Canada-Korea Free Trade Agreement

    Canadian Free Trade Agreement (CFTA)

    Comprehensive Economic and Trade Agreement (CETA)

    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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 Contract Award Date to 31 March 2024, followed by three (3) option periods of one (1) year each, 01 April 2024 to 31 March 2025, 01 April 2025 to 31 March 2026, and 01 April 2026 to 31 March 2027.

    Estimated Level of Effort:

    Initial Contract Period:

    The estimated level of effort of the initial contract period will be 960 days. (2 LCMS * 480 days = 960 days).

    Option Period:

    The estimated level of effort of the option periods will be 480 days. (2 LCMS * 240 days = 480 days).

    File Number: W8482-229592/A

    Contracting Authority: Elona Brati, D Mar P 3-2-3-3

    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, Ontario, K1Y 2C5
    Canada
    Procurement method
    Competitive – Open Bidding
    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
    Brati, Elona
    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: