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
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By Drive
Ottawa, Quebec, K1A 0K2Canada
- Contracting authority
- Laura Sample
- Phone
- (000) 000-0000
- Email
- DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
- Address
-
101 Colonel By Drive
Ottawa, Ontario, K1A 0K2Canada
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.