Four (4) Intermediate (level 2) Life Cycle Management Specialists

Status Awarded

Contract number W8485-TSPS2022-09-02

Solicitation number W8485-TSPS2022-09/A

Publication date

Contract award date

Contract value

CAD 534,909.69

    Description

    This contract was awarded to:

    Valcom Consulting Group Inc.

    NOTICE OF PROPOSED PROCUREMENT

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

    TASK BASED E60ZT-18TSPS/ PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2022-09/A

    TIER 1 (< $3.75 M)

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

    This requirement is for the:

    - Stream 5: Technical Engineering and Maintenance Services

    - Category 16: Life Cycle Management Specialist

    for the services of:

    - Four (4) Intermediate (level 2) Life Cycle Management Specialists

    GSIN

    Number of Contracts: This bid solicitation is intended to result in the award of up to four (4) contracts for three (3) years, plus two (2) irrevocable option year 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

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per year per Life Cycle Management Specialist.

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2022-09

    DND POC: Tony Seng

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

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence for the provision of Task and Solutions Professional Services.

    The Department of National Defence (DND) requires the services of four (4) Intermediate Life Cycle Management Specialists to provide support to the the Directorate of Aerospace Equipment Program Management (Fighters & 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 TBIPS, 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 those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:

    • 5.16 Life Cycle Management Specialist

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

    List of Suppliers:

    1. 7351933 Canada Inc
    2. 9468269 Canada Corp.
    3. ACF Associates Inc.
    4. ADGA Group Consultants Inc.
    5. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    6. Altis Human Resources (Ottawa) Inc.
    7. Arup Canada Inc.
    8. BMT CANADA LTD.
    9. Calian Ltd.
    10. Deloitte Inc.
    11. Fleetway Inc.
    12. L-3 Technologies MAS Inc.
    13. Maverin Business Services Inc.
    14. MaxSys Staffing & Consulting Inc.
    15. Modis Canada Inc
    16. Norda Stelo Inc.
    17. Olav Consulting Corp
    18. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    19. Pennant Canada Limited
    20. Platinum Technologies Inc.
    21. Procom Consultants Group Ltd.
    22. Promaxis Systems Inc
    23. Reticle Ventures Canada Incorporated
    24. T.E.S. Contract Services INC.
    25. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    26. Technomics, Incorporated
    27. The AIM Group Inc.
    28. THE SOURCE STAFFING SOLUTIONS INC.
    29. Thomas&Schmidt Inc.
    30. Tiree Facility Solutions Inc.
    31. V42 Management Consulting, Inc.
    32. Valcom Consulting group Inc.
    Business address
    85 Albert Street, Suite 300
    Ottawa, ON, K1P 6A4
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R114A - Logistics Support Services Military Aerospace Related
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Seng, Tony
    Phone
    819-939-4148
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0Z4
    CA

    Buying organization(s)

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