BUSINESS PROCESS CONSULTANT IN SUPPORT FOR VISSC II

Solicitation number W8482-241721/A

Publication date

Closing date and time 2023/10/23 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    The following proposed procurement 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” (= $0 - $3.75M) for the following category:

    • 2.5 Senior (Level 3) Business Process Consultant

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

    1. 6137318 Canada Inc
    2. ADGA Group Consultants Inc.
    3. Beyond Technologies Consulting Inc.
    4. Cofomo Inc.
    5. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    6. Goss Gilroy Inc.
    7. Landmark Decisions Inc.
    8. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    9. Maverin Business Services Inc.
    10. Michael Wager Consulting Inc.
    11. Pennant Canada Limited
    12. Pricewaterhouse Coopers LLP
    13. QA CONSULTANTS INC.
    14. Quarry Consulting Inc.
    15. RealIT Management Inc.
    16. Samson & Associés CPA/Consultation Inc
    17. Sundiata Warren Group Inc.
    18. The AIM Group Inc.
    19. WindReach Consulting Services 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 the provision of one (1) 2.5 Senior (Level 3) Business Process Consultant in support of the Directorate Maritime Equipment Program Management Submarines (DMEPM (SM)).

    The assistance for DMEPM(SM) is envisaged to take place under several phases governed by the SBCA at the sole discretion of the Task TA. The contractor will provide consulting services and task deliverables as outlined in the task description and deliverable sections.

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

    Level of Security Requirement

    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial 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.

    Company Minimum Security Level Required: SECRET
    Resource Minimum Security Level Required: SECRET
    Document Safeguarding Security Level Required: PROTECTED

    Applicable Trade Agreements:

    1. World Trade Organization Agreement on Government Procurement (WTO-AGP),
    2. Canada Korea Free Trade Agreement, (CKFTA),
    3. Canadian Free Trade Agreement (CFTA),
    4. Canada European Union Comprehensive Economic and Free Trade Agreement (CETA),
    5. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP),
    6. Canada – Chile Free Trade agreement,
    7. Canada – Colombia Free Trade agreement,
    8. Canada – Honduras Free Trade agreement,
    9. Canada – Panama Free Trade agreement,
    10. Canada – Peru Free Trade agreement, and
    11. Canada – Ukraine 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://canadabuys.canada.ca/en/tender-opportunities).
    Proposed period of contract

    The proposed period of contract will be from Date of Contract to 31 March 2025, followed by one (1) option period of one (1) year from 01 April 2025 to 31 March 2026.
    Estimated Level of Effort

    Initial Contract Period:
    The estimated level of effort of the initial contract period will be 480 days.
    Option Periods:
    The estimated level of effort of the option periods will be 240 days.

    File Number: W8482-241721/A
    Contracting Authority: Laura Sample, D Mar P 3-5
    E-Mail: DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca

    Controlled Goods Program
    This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).

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

    Documents may be submitted in either official language of Canada.

    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.

    Contract duration

    The estimated contract period will be 16 month(s), with a proposed start date of 2023/11/06.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By Drive

    Ottawa, Quebec, K1A 0K2
    Canada
    Contracting authority
    Laura Sample
    Phone
    (000) 000-0000
    Email
    DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    16 month(s)
    Procurement method
    Competitive - Traditional
    Selection criteria
    Lowest Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: