One (1) Engineering Graduate, Level 3 (Senior)
Solicitation number W8470-TSPS2026-09/A
Publication date
Closing date and time 2026/04/15 14:00 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) Supply Arrangement.
TASK BASED E60ZT-18TSPS, PROFESSIONAL SERVICES REQUIREMENT
FILE NUMBER: W8470-TSPS2026-09/A
TIER 1 (< $3.75M)
This requirement is for the Department of National Defence (DND).
This requirement is for the:
- Stream 5: Technical, engineering and maintenance services
for the services of:
- One (1) 5.3 Engineering Graduate, Level 3 (Senior)
Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for one (1) year, with zero (0) option periods.
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/tender-opportunities).
Location of Work to be Performed
Region(s): National Capital Region
Specific Location(s): 455 Boulevard de la Carrière
Gatineau, QC
J8Y 6V7
CANADA
Security Requirement
Security Requirements Check List: 26-00447
Supplier Security Clearance required: Secret
Security Level required (Document Safeguarding): None
Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.
File Number: W8470-TSPS2026-09/A
DND POC: Keigan (KS) Buffett
E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
Description of Requirement
The Department of National Defence (DND) requires one Senior Engineering Graduate to provide Software and Systems Engineering support to the Maritime Helicopter Project (MHP) for acquisition and implementation activities.
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 the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
1. 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.
2. 9468269 Canada Corp.
3. 9487-4724 Québec inc., Kernick Aerospace Inc, IN JOINT VENTURE
4. Access Corporate Technologies Inc.
5. ACF Associates Inc.
6. ADGA Group Consultants Inc.
7. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
8. AECOM Canada ULC
9. Akkodis Canada Inc.
10. Allswater Marine Consultants Limited
11. Altis Recruitment & Technology Inc.
12. Amyantek Inc
13. Arup Canada Inc.
14. Blue Water Sourcing Inc
15. BMT CANADA LTD.
16. C4i Training & Technology Inc.
17. Calian Ltd.
18. CHANT LIMITED
19. Dare Human Resources Corporation
20. Deloitte Inc.
21. Dunn Engineering Inc
22. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
23. Fleetway Inc.
24. GasTOPS Ltd.
25. HumanSystems Incorporated
26. IPSS INC.
27. Lengkeek Vessel Engineering Inc.
28. Louis Tanguay Informatique Inc.
29. MACP inc.
30. Martec Limited
31. Maverin Business Services Inc.
32. MaxSys Staffing & Consulting Inc.
33. Michael Wager Consulting Inc.
34. Nuclear Promise X Inc.
35. Numerica Technologies inc.
36. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
37. Orbis Risk Consulting Inc.
38. OXARO INC.
39. Pennant Canada Limited
40. Posterity Group Consulting Inc,
41. Primex Project Management Limited
42. Procom Consultants Group Ltd.
43. Prologic Systems Ltd.
44. Promaxis Systems Inc
45. Reticle Ventures Canada Incorporated
46. SALASAN Consulting Inc.
47. Sapper Labs Inc.
48. Serco Canada Marine Corporation
49. T.E.S. Contract Services INC.
50. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
51. Technomics, Incorporated
52. The AIM Group Inc.
53. The Attain Group Inc. /Le Groupe Atteindre Inc.
54. Thomas&Schmidt Inc.
55. Tiree Facility Solutions Inc.
56. V42 Management Consulting, Inc.
57. Valcom Consulting group Inc.
58. WSP Canada Inc.
Contract duration
The estimated contract period will be 12 month(s).
Trade agreements
-
Canada-Chile Free Trade Agreement (CCFTA)
-
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)
-
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 (DND)
- Address
-
101 Colonel By Drive
Ottawa, ON, K1A 0K2CANADA
- Contracting authority
- Keigan (KS) Buffett
- Phone
- (819) 939-3118
- Email
- keigan.buffett@forces.gc.ca
- Address
-
101 Colonel By Drive
Ottawa, ON, K1A 0K2CANADA