One (1) Intermediate Business Analyst

Solicitation number W8486-249622/A

Publication date

Closing date and time 2024/03/15 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-249622/A
    Tier: 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Intermediate Business Analyst under Stream 2, Business Consulting/Change Management. The intent of this solicitation is to establish one (1) Contract for one (1) initial year, with the option to extend the term of the Contract by up to four (4) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Service (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Time Frame of Delivery: ASAP

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).

    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).

    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-ca….

    List of Pre-Qualified Suppliers :

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    1019837 Ontario Inc.
    163904 Canada Inc.
    4165047 Canada Inc.
    4Plan Consulting Corp.
    6137318 Canada Inc
    7351933 Canada Inc
    7792395 Canada Inc.
    8005931 Canada Inc
    8513929 Canada Inc.
    9149481 Canada Inc.
    9468269 Canada Corp.
    A Hundred Answers Inc.
    A. Net Solutions Inc.
    Aboriginal Employment Services Inc.
    Accenture Inc.
    Access Corporate Technologies Inc.
    ACF Associates Inc.
    Acosys Consulting Services Inc.
    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    Action Personnel of Ottawa-Hull Ltd
    ADAPTOVATE Inc
    Adecco Employment Services Limited/Services de placement Adecco Limited
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    AECOM Canada Ltd.
    Akkodis Canada Inc.
    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    Altis Recruitment & Technology Inc.
    ALTRUISTIC INFORMATICS CONSULTING INC.
    Amyantek Inc
    Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    Appian Corporation
    ARTEMP PERSONNEL SERVICES INC
    Avascent Canada ULC
    AZUR HUMAN RESOURCES LIMITED
    BDO Canada LLP
    Beyond Technologies Consulting Inc.
    Blue Water Sourcing Inc
    BP & M Government IM & IT Consulting Inc.
    Breckenhill Inc.
    Bridgetown Consulting Inc.
    BRING Management Solutions Inc.
    BRYCA Solutions Inc.
    BurntEdge Incorporated
    Cache Computer Consulting Corp.
    Calian Ltd.
    Captiva Consulting Inc.
    CCEM Strategies Ltd.
    CGI Information Systems and Management Consultants Inc.
    Cheminfo Services Inc.
    Cistel Technology Inc.
    CloseReach Ltd.
    Cloud SynApps Inc.
    Cofomo Inc.
    Colliers Project Leaders Inc.
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    COMPUTACENTER CANADA INC.
    Confluence Consulting Inc.
    Connecting Humans Inc.
    Conoscenti Technologies Inc.
    Contract Community Inc.
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    Coradix technology Consulting Ltd.
    CPCS Transcom Limited
    CVL INFORMATION SOLUTIONS INC.
    Cyrus Echo Corporation
    Dale McMurchy Consulting Inc
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    Dare Human Resources Corporation
    Deloitte Inc.
    DLS Technology Corporation
    Donna Cona Inc.
    DPRA Canada Incorporated
    Eagle Professional Resources Inc.
    Eclipsys Solutions Inc
    Econ Inc.
    Elevated Thinking Inc.
    Ernst & Young LLP
    Etico, Inc.
    eVision Inc., SoftSim Technologies Inc. in Joint Venture
    Fast Track Staffing, 49 Solutions in Joint Venture
    FERENCE & COMPANY CONSULTING LTD.
    Fifalde Consulting Inc.
    Foursight Consulting Group Inc.
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    GEF Consulting Inc.
    Global Advantage Consulting Group Inc (Ottawa)
    GovInsights Consulting Inc.
    Groupe Intersol Group Ltee.
    GSI International Consulting Inc.
    Hackett Consulting Inc.
    Hickling, Arthurs, Low Corporation
    Holonics Inc.
    HubSpoke Inc.
    Human Resource Systems Group Ltd.
    I4C INFORMATION TECHNOLOGY CONSULTING INC
    IBISKA Telecom Inc.
    IDS Systems Consultants Inc.
    iFathom Corporation
    IFSD Advisors Ltd.
    InfoMagnetics Technologies Corporation (IMT)
    Information Management and Technology Consultants Inc.
    Intelan Consulting Inc.
    InterVISTAS Consulting Inc.
    IPSS INC.
    IT/Net - Ottawa Inc.
    IT/NET OTTAWA INC, KPMG LLP, in joint venture
    Janet LeBlanc & Associates Inc.
    Jumping Elephants Incorporated
    Juno Risk Solutions Incorporated
    Kelly Sears Consulting Group
    KPMG LLP
    KSAR & ASSOCIATES INC
    Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    Landmark Decisions Inc.
    Le Groupe Conseil Bronson Consulting Group
    Lean Agility Inc.
    Leo-Pisces Services Group Inc.
    Leverage Technology Resources Inc.
    Levio Conseils Inc.
    Lightning Tree Consulting Inc.
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    Maplefox Projects Inc.
    Maplesoft Consulting Inc.
    Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    Maverin Business Services Inc.
    Maverin Inc.
    MaxSys Staffing & Consulting Inc.
    MDOS CONSULTING INC.
    Messa Computing Inc.
    MGIS Inc.
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    Michael Wager Consulting Inc.
    Mindstream Training Center and Professional Services Bureau, Inc
    Mindwire Systems Ltd.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    MNP LLP
    Myticas Consulting Inc.
    NATTIQ INC.
    NavPoint Consulting Group Inc.
    Newfound Recruiting Corporation
    NewLeaf Performance Inc.
    Niewe Technology and Consulting Ltd.
    Nisha Technologies Inc.
    NIVA Inc
    Nortak Software Ltd.
    OGGN Inc.
    Olav Consulting Corp
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    OpenFrame Technologies, Inc.
    Orangutech Inc.
    Orbis Risk Consulting Inc.
    Performance Management Network Inc.
    Peter Hadwen Consulting Inc
    PGF Consultants Inc.
    PLAN:NET LIMITED
    Pleiad Canada Inc.
    Portage Personnel Inc.
    Posterity Group Consulting Inc,
    PRECISIONERP INCORPORATED
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    Pricewaterhouse Coopers LLP
    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
    Procom Consultants Group Ltd.
    Prologic Systems Ltd.
    Promaxis Systems Inc
    Prompta Inc.
    Protak Consulting Group Inc.
    QA CONSULTANTS INC.
    QATALYST RESEARCH GROUP INC.
    QMR Staffing Solutions Incorporated
    Quallium Corporation
    Quantum Management Services Limited / Les services de gestion Quantum Limitée
    Quarry Consulting Inc.
    R.A. Malatest & Associates Ltd.
    Randstad Interim Inc.
    Raymond Chabot Grant Thornton Consulting Inc.
    RealIT Management Inc.
    Reticle Ventures Canada Incorporated
    Revay and Associates Limited
    RHEA INC.
    Risk Sciences International Inc.
    Robertson & Company Ltd.
    Run Straight Consulting Ltd
    S.I. SYSTEMS ULC
    Samson & Associés CPA/Consultation Inc
    SEASI Consulting Inc.
    SÉLECT GLOBAL INTERNATIONAL LTÉE.
    Sheffield Blake Ltd.
    Sierra Systems Group Inc.
    SnapSEARCH Inc.
    Social Impact, Inc.
    SoftSim Technologies Inc.
    Solutions Moerae Inc
    Space Strategies Consulting Ltd
    SpaceWerx Corporation
    Strategic Relationships Solutions Inc.
    Stratogrid Inc.
    Sundiata Warren Group Inc.
    Symbiotic Group Inc.
    SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    Systemscope Inc.
    T.E.S. Contract Services INC.
    T.I.7 Inc.
    TAG HR The Associates Group Inc.
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    TDV Global inc.
    Tech4soft Inc.
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    Technomics, Incorporated
    TECSIS Corporation
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    The AIM Group Inc.
    The Devon Group Ltd.
    The Halifax Computer Consulting Group Inc.
    The Institute on Governance
    THE LANSDOWNE CONSULTING GROUP INC.
    The Right Door Consulting & Solutions Incorporated
    The Strategic Review Group Inc.
    The VCAN Group Inc.
    Thinkpoint Inc.
    Thomas&Schmidt Inc.
    Tiree Facility Solutions Inc.
    TPG Technology Consulting Ltd.
    TRM Technologies Inc.
    Tundra Technical Solutions Inc
    V42 Management Consulting, Inc.
    Valcom Consulting group Inc.
    Valency Inc
    Vantix Systems Inc.
    Veritaaq Technology House Inc.
    WSP Canada Inc.
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    Yoush Inc.
    Zernam Enterprise Inc

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work :

    Region: National Capital Region

    Specific Location: 975 Boulevard St-Jospeh, Gatineau, Québec

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Kelsey Lawrence
    Email: kelsey.lawrence2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Contract duration

    The estimated contract period will be 60 month(s).

    Trade agreements

    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Kelsey Lawrence
    Phone
    (343) 572-4397
    Email
    kelsey.lawrence2@forces.gc.ca
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Contract duration
    60 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.