SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Two (2) Engineering Graduates, Intermediate

Status Awarded

Contract number W8485-TSPS2023-06/001

Solicitation number W8485-TSPS2023-06/A

Publication date

Contract award date

Contract value

CAD 815,954.58

    Description

    This contract was awarded to:

    ADGA Group Consultants Inc.

    Closing date extended to 4 January 2023 at 14:00 Eastern Standard Time (EST).

    *ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME*.

    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-18TSPS PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2023-06

    TIER 1 (< $3.75M)

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

    This requirement is for the:

    Stream 5: Technical Engineering and Maintenance Services (TEMS)

    for the services of:

    Two (2) Engineering Graduates, Intermediate

    Number of Contracts: This bid solicitation is intended to result in the award of up to two (2) contracts for three (3) years, plus two (2) one-year irrevocable options 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://canadabuys.canada.ca/en/tender-opportunities)

    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 #41

    Supplier Security Clearance required: FSC - Secret

    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per year for each resource.

    Estimated time frame of contract – December 10, 2022 to November 30, 2025 plus two (2) irrevocable option years.

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

    File Number: W8485-TSPS2023-06

    DND POC: Eugen Marinescu

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

    The Department of National Defence (DND) requires the services of two (2) Intermediate

    Engineering Graduates to provide support to Directorate Aerospace Equipment Program Management

    (DAEPM), Tactical Aviation and Simulation (TA&S 4-3). These resources will be Training Device

    Suite (TDS) Engineers required to provide engineering services for the management of the CP 140 Aurora

    Training Device Suite. TA&S 4-3 team is responsible for maintaining sustainability and effectiveness of

    several CP140 simulators and trainers.

    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. Access Corporate Technologies Inc.

    2. ACF Associates Inc.

    3. ADGA Group Consultants Inc.

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

    5. AECOM Canada Ltd.

    6. AES ENGINEERING LTD.

    7. Altis Human Resources (Ottawa) Inc.

    8. Arup Canada Inc.

    9. Blue Water Sourcing Inc

    10. Calian Ltd.

    11. Deloitte Inc.

    12. Fleetway Inc.

    13. GasTOPS Ltd.

    14. IPSS INC.

    15. L-3 Technologies MAS Inc.

    16. Louis Tanguay Informatique Inc.

    17. Martec Limited

    18. Maverin Business Services Inc.

    19. MaxSys Staffing & Consulting Inc.

    20. Michael Wager Consulting Inc.

    21. Modis Canada Inc

    22. Numerica Technologies Inc.

    23. Olav Consulting Corp

    24. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE

    25. Orbis Risk Consulting Inc.

    26. Platinum Technologies Inc.

    27. Posterity Group Consulting Inc.

    28. Primex Project Management Limited

    29. Procom Consultants Group Ltd.

    30. Promaxis Systems Inc.

    31. QinetiQ Group Canada Inc.

    32. Raymond Chabot Grant Thornton Consulting Inc.

    33. Reticle Ventures Canada Incorporated

    34. Serco Canada Marine Corporation

    35. T.E.S. Contract Services INC.

    36. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture

    37. Technomics, Incorporated

    38. The AIM Group Inc.

    39. THE SOURCE STAFFING SOLUTIONS INC.

    40. Thomas&Schmidt Inc.

    41. Tiree Facility Solutions Inc.

    42. V42 Management Consulting, Inc.

    43. Valcom Consulting group Inc.

    44. Wood Canada Limited

    45. WSP Canada Inc.

    Business address
    110 Argyle Avenue.
    Tel: 613 237 3022
    Ottawa, ON, K2P 1B4
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • C219BF - Engineering and Technical Services - Aerospace Related, Military
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Eugen Marinescu
    Phone
    613-996-6911
    Address
    455 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: