PROGRAM REVIEW OF IRO FUNDING
Solicitation number 1000251832
Publication date
Closing date and time 2023/11/13 14:00 EST
Last amendment date
Description
TASK Based Professional Services (TSPS) Requirement
This requirement is for: the Department Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC).
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under “Tier 1” and under the stated consultant category, security level, region, level of expertise for the following categories:
1. One 2.7 Needs Analysis and Research Consultant - Senior
2. One 2.9 Statistical Analyst – Intermediate
3. One 2.15 Facilitator Consultant - Senior
4. One 3.2 Project Manager – Senior
The requirement is intended to result in the award of “one (1) contract”.
The following SA Holders have been invited to submit a proposal:
LIST OF INVITED SUPPLIERS:
1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
2. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
3. BDO Canada LLP
4. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
5. Contract Community Inc.
6. Deloitte Inc.
7. IPSS INC.
8. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
9. Maplesoft Consulting Inc.
10. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
11. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
12. Orbis Risk Consulting Inc.
13. QMR Staffing Solutions Incorporated
14. SEASI Consulting Inc.
15. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
16. Thomas&Schmidt Inc.
Description of the Requirement:
The Department of Crown-Indigenous Relations and Northern Affairs Canada has a requirement to acquire Task-Based Professional Services, 2.7 Needs Analysis and Research Consultant – Senior, 2.9 Statistical Analyst – Intermediate, 2.15 Facilitator Consultant – Senior, and 3.2 Project Manager – Senior, to lead a program review aimed at generating recommendations on how to improve and better align the three contribution authorities (BOC, FICP, and C&PD), including improving the coordination and alignment of the three authorities with the goal of reducing the overlap, and clarifying policy objectives and outcomes.
Level of Security Requirement:
Company Minimum Security Level Required
Canada NATO Foreign
Protected A NATO Unclassified Protected A
X Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
X Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Special comments: Secret
Resource Minimum Security Level Required
Canada NATO Foreign
Protected A NATO Unclassified Protected A
Protected B NATO Restricted Protected B
Protected C NATO Confidential Protected C
Confidential NATO Secret Confidential
X Secret Cosmic Top Secret Secret
Top Secret Top Secret
Top Secret (SIGINT) Top Secret (SIGINT)
Special comments: Secret
Document Safeguarding Security Level Required
Canada
Protected A - DOS
X Protected B – DOS
Protected C – DOS
Confidential – FSC
Secret - FSC
Top Secret - FSC
NATO Confidential - FSC
NATO Secret - FSC
Cosmic Top Secret - FSC
Applicable Trade Agreements:
The “Canada-Korea Free Trade Agreement (CKFTA)”
Associated Documents:
The RFP document will be sent to the selected suppliers listed above
Proposed period of contract:
The proposed period of contract shall be from the day of the contract award to December 31, 2024.
Estimated Level of Effort:
The estimated level of effort of the contract will be determined by the bidder using the Pricing Schedule
File Number: 1000251832
Contracting Authority: Jean Damascene Gasake
Phone Number: 873-354-5730
E-Mail: jeandamascene.gasake@sac-isc.gc.ca
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 13 month(s), with a proposed start date of 2023/11/20.
Trade agreements
-
Canada-Korea Free Trade Agreement (CKFTA)
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 Crown-Indigenous Relations and Northern Affairs Canada
- Address
-
10 WELLINGTON ST
Gatineau, Québec, K1A 0H4Canada
- Contracting authority
- Jean Damascene Gasake
- Phone
- (873) 354-5730
- Email
- jeandamascene.gasake@sac-isc.gc.ca
- Address
-
10 WELLINGTON ST
Gatineau, Québec, K1A 0H4Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
Q&A 7.pdf | 001 |
English
|
3 | |
Q et R 7.pdf | 001 |
French
|
0 | |
Q&A 3-6.pdf | 001 |
English
|
4 | |
Q et R 3-6.pdf | 001 |
French
|
0 | |
Q&A 2.pdf | 001 |
English
|
8 | |
Q&R 2.pdf | 001 |
French
|
0 | |
Q $ A 1.pdf | 001 |
English
|
9 | |
Q et R 1.pdf | 001 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.