W8485-TSPS2024-12 Quality assurance/management specialist, junior

Solicitation number W8485-TSPS2024-12

Publication date

Closing date and time 2024/03/27 14:14 EDT

Last amendment date


    Description

    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-TSPS2024-12
    TIER 1 (< $3.75 M)

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

    This requirement is for the:

    - Stream 3: Project management services stream
    - Category 3.5: Quality assurance/management specialist

    for the services of:

    - One (1) Quality assurance/management specialist, junior

    UNSPSC
    81111819: Quality assurance services
    80101604: Project administration or planning
    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contracts for three (3) years, plus two (2) irrevocable option years 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).

    Location of Work to be Performed:

    Region(s): Atlantic
    Specific Locations: Halifax, NS

    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.

    Estimated time frame of contract – 01 April 2024 to 31 March 2027 plus two (2) irrevocable option years.
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2024-12
    DND POC: Nadia Picard
    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 one (1) Junior Quality assurance/management specialist to support Director Aerospace Equipment Program Management (Maritime) (DAEPM(M)).

    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-ca….

    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:
    • 3.5: Quality assurance/management specialist
    The following SA Holders have been invited to submit a proposal.

    List of Suppliers:

    1019837 Ontario Inc.
    4165047 Canada Inc.
    7792395 Canada Inc.
    8005931 Canada Inc
    9149481 Canada Inc.
    A Hundred Answers Inc.
    A. Net Solutions Inc.
    Accenture Inc.
    ACF Associates 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
    Akkodis Canada Inc.
    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    Altis Recruitment & Technology Inc.
    ALTRUISTIC INFORMATICS CONSULTING INC.
    Amyantek Inc
    Appian Corporation
    ARTEMP PERSONNEL SERVICES INC
    Avascent Canada ULC
    AZUR HUMAN RESOURCES LIMITED
    BDO Canada LLP
    Beyond Technologies Consulting Inc.
    BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES INTEGREES CANADA S.E.C.
    BP & M Government IM & IT Consulting Inc.
    Bridgetown Consulting Inc.
    BRING Management Solutions Inc.
    BRYCA Solutions Inc.
    BurntEdge Incorporated
    Cache Computer Consulting Corp.
    Calian Ltd.
    CGI Information Systems and Management Consultants Inc.
    CIMA+ S.E.N.C.
    Cistel Technology Inc.
    CloseReach Ltd.
    Cloud SynApps Inc.
    CM Inc.
    Cofomo Inc.
    Colliers Project Leaders Inc.
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    Confluence Consulting Inc.
    Conoscenti Technologies Inc.
    Contract Community Inc.
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    Coradix technology Consulting Ltd.
    CPCS Transcom Limited
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    Dare Human Resources Corporation
    Deloitte Inc.
    DLS Technology Corporation
    Donna Cona Inc.
    Durivage Management Solutions Limited
    Eagle Professional Resources Inc.
    Eclipsys Solutions Inc
    Econ Inc.
    Elevated Thinking Inc.
    Ernst & Young LLP
    Etico, Inc.
    Fifalde Consulting Inc.
    Fleetway Inc.
    Foursight Consulting Group Inc.
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    GEF Consulting Inc.
    GSI International Consulting Inc.
    HubSpoke Inc.
    I4C INFORMATION TECHNOLOGY CONSULTING INC
    IBISKA Telecom Inc.
    IDS Systems Consultants Inc.
    iFathom Corporation
    IFSD Advisors Ltd.
    IPSS INC.
    IT/Net - Ottawa Inc.
    IT/NET OTTAWA INC, KPMG LLP, in joint venture
    Jumping Elephants Incorporated
    Kelly Sears Consulting Group
    KPMG LLP
    Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    Le Groupe Conseil Bronson Consulting Group
    Le Groupe-conseil baastel ltée
    Lean Agility Inc.
    Leo-Pisces Services Group Inc.
    Levio Conseils Inc.
    Lightning Tree Consulting Inc.
    Louis Tanguay Informatique 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
    NavPoint Consulting Group Inc.
    Newfound Recruiting Corporation
    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.
    OPUS LEADERS INC.
    Orbis Risk Consulting Inc.
    PGF Consultants Inc.
    Platinum Technologies Inc.
    Portage Personnel Inc.
    Posterity Group Consulting Inc,
    Pricewaterhouse Coopers LLP
    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
    Procom Consultants Group Ltd.
    Prologic Systems Ltd.
    Promaxis Systems Inc
    Protak Consulting Group Inc.
    QA CONSULTANTS INC.
    QMR Staffing Solutions Incorporated
    Quallium Corporation
    Quarry Consulting Inc.
    Randstad Interim Inc.
    Raymond Chabot Grant Thornton Consulting Inc.
    Reticle Ventures Canada Incorporated
    RHEA INC.
    Robertson & Company Ltd.
    Run Straight Consulting Ltd
    S.I. SYSTEMS ULC
    Samson & Associés CPA/Consultation Inc
    SEASI Consulting Inc.
    SÉLECT GLOBAL INTERNATIONAL LTÉE.
    Sierra Systems Group Inc.
    SnapSEARCH Inc.
    SpaceWerx Corporation
    Stiff Sentences Incorporated
    Strategic Relationships Solutions 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.
    T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    TAG HR The Associates Group Inc.
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    TDV Global inc.
    Tech4soft Inc.
    Technomics, Incorporated
    TECSIS Corporation
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    The AIM Group Inc.
    The Halifax Computer Consulting Group Inc.
    THE LANSDOWNE CONSULTING GROUP INC.
    The Right Door Consulting & Solutions Incorporated
    THE SOURCE STAFFING SOLUTIONS 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.
    Veritaaq Technology House Inc.
    WSP Canada Inc.
    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    Yoush Inc.
    Zernam Enterprise Inc

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2024/04/01.

    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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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, ON, K1A 0K2
    Canada
    Contracting authority
    Nadia Picard
    Phone
    (819) 939-4273
    Email
    nadia.picard@forces.gc.ca
    Fax
    (819) 939-5042
    Address

    101 Colonel By Drive

    Ottawa, ON, 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, French
    Region(s) of delivery
    Halifax
    Region of opportunity
    World
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Open Bidding
    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: