NPP – W8486-249185/A – TSPS SA – One (1) Intermediate Procurement Specialist

Solicitation number W8486-249185/A

Publication date

Closing date and time 2024/11/22 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-249185/A
    Tier: 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Intermediate Procurement Specialist under Stream 3, Project Management Services. The intent of this solicitation is to establish one (1) Contract for three (3) initial years, with the option to extend the term of the Contract by up to one (1) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Service (TSPS) Supply Arrangement (SA) number EZ60T-18TSPS.

    Time Frame of Delivery: ASAP

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://canadabuys.canada.ca/en/tender-opportunities).

    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 TSPS, please contact Public Works and Government Services Canada (PWGSC).

    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 the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    • 1019837 Ontario Inc.
    • 4336615 Canada Inc. and RFP Solutions Inc. joint-venture
    • 7792395 Canada Inc.
    • 8005931 Canada Inc
    • 9149481 Canada Inc.
    • 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.
    • 9468269 Canada Corp.
    • A Hundred Answers Inc.
    • Net Solutions Inc.
    • Accenture Inc.
    • Access Corporate Technologies Inc.
    • ACF Associates Inc.
    • ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    • Action Personnel of Ottawa-Hull Ltd
    • 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.
    • ALINEA INTERNATIONAL LTD.
    • ALITHYA CANADA INC
    • Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    • ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    • Altis Recruitment & Technology Inc.
    • ALTRUISTIC INFORMATICS CONSULTING INC.
    • Amyantek Inc
    • Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    • Archipelago Alliance Inc.
    • ARTEMP PERSONNEL SERVICES INC
    • Arup Canada Inc.
    • ASC Gp, Inc.
    • 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.
    • Breckenhill Inc.
    • BRING Management Solutions Inc.
    • BRYCA Solutions Inc.
    • BurntEdge Incorporated
    • Cache Computer Consulting Corp.
    • Calian Ltd.
    • cim conseil en immobilisation et management inc.
    • CIMA+ S.E.N.C.
    • Cistel Technology Inc.
    • Cofomo Inc.
    • COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC.
    • COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC., Tiree Facility Solutions Inc. in Joint Venture
    • COLLIGO CONSULTING INCORPORATED
    • Commerce Decisions Limited
    • Comtech Group Inc.
    • Conoscenti Technologies Inc.
    • Contract Community Inc.
    • CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    • CorGTA Inc.
    • CPCS Transcom Limited
    • CSI CONSULTING INC., J&M GROUP INC. IN JOINT VENTURE
    • CVL INFORMATION SOLUTIONS INC.
    • Dare Human Resources Corporation
    • Decasult Inc.
    • Deloitte Inc.
    • Donna Cona Inc.
    • Doreen M Wong
    • Eclipsys Solutions Inc
    • Econ Inc.
    • Elevated Thinking Inc.
    • Ernst & Young LLP
    • eVision Inc., SoftSim Technologies Inc. in Joint Venture
    • EXPERIS CANADA INC.
    • Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    • Fifalde Consulting Inc.
    • Fleetway Inc.
    • Gartner Canada Co.
    • GEF Consulting Inc.
    • Goss Gilroy Inc.
    • GSI International Consulting Inc.
    • Hofmann PM Inc
    • HubSpoke Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IBISKA Telecom Inc.
    • iFathom Corporation
    • Infinite Outsourcing Solutions Inc.
    • inRound Innovations Inc., Radar Solutions Inc. and Munroe Technologies Inc. in Joint Venture
    • Integrated Learning International Inc.
    • IPSS INC.
    • IT/Net - Ottawa Inc.
    • IT/NET OTTAWA INC, KPMG LLP, in joint venture
    • Kelly Sears Consulting Group
    • KPMG LLP
    • Lean Agility Inc.
    • Leo-Pisces Services Group Inc.
    • Les Enterprises Norleaf Networks Inc.
    • Leverage Technology Resources Inc.
    • Levio Conseils Inc.
    • Lightning Tree Consulting Inc.
    • MAKWA Resourcing Inc.
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    • Malarsoft Technology Corporation
    • Maplesoft Consulting Inc.
    • Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    • Mason Clark Group Inc.
    • Maverin Business Services Inc.
    • Maverin Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDOS CONSULTING INC.
    • MGIS Inc.
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • 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
    • Mobile Resource Group Inc
    • NATTIQ Inc, Vision XRM Inc. XRM Vision Inc , in Joint Venture
    • NATTIQ INC.
    • Naut'sa mawt Resources Group, Inc.
    • NavPoint Consulting Group Inc.
    • Newfound Recruiting Corporation
    • Nisha Technologies Inc.
    • Nortak Software Ltd.
    • OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    • Oliver Wyman Government Services ULC
    • OLIVER, WYMAN LIMITED/OLIVER, WYMAN LIMITEE
    • OpenFrame Technologies, Inc.
    • Optimus SBR Inc.
    • OPUS LEADERS INC.
    • Orbis Risk Consulting Inc.
    • Paragon Digital Consulting, Inc.
    • PCUBED CANADA INC.
    • Performance Management Network Inc.
    • PGF Consultants Inc.
    • Pleiad Canada Inc.
    • Portage Personnel Inc.
    • Pricewaterhouse Coopers LLP
    • Primex Project Management Limited
    • PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
    • Procom Consultants Group Ltd.
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • Protak Consulting Group Inc.
    • Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
    • QMR Staffing Solutions Incorporated
    • Quallium Corporation
    • Quarry Consulting Inc.
    • Randstad Interim Inc.
    • Raymond Chabot Grant Thornton Consulting Inc.
    • Reticle Ventures Canada Incorporated
    • Revay and Associates Limited
    • RFP Solutions Inc.
    • RHEA INC.
    • Robertson & Company Ltd.
    • Run Straight Consulting Ltd
    • S.I. SYSTEMS ULC
    • Samson & Associés CPA/Consultation Inc
    • Scalian Inc.
    • SEASI Consulting Inc.
    • SÉLECT GLOBAL INTERNATIONAL LTÉE.
    • Sierra Systems Group Inc.
    • Skyfly Solutions Inc., iFathom Corp in Joint Venture
    • SnapSEARCH Inc.
    • SoftSim Technologies Inc.
    • Space Strategies Consulting Ltd
    • Spearhead Management Canada Ltd.
    • Stratégia conseil inc
    • Strategic Relationships Solutions Inc.
    • Sundiata Warren Group Inc.
    • Superheroes Academy Inc.
    • Symbiotic Group Inc.
    • SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    • 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.
    • TAG HR The Associates Group Inc.
    • TBP & Associates Inc.
    • TDV Global inc.
    • Technomics, Incorporated
    • TECSIS Corporation
    • TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre
    • 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 VCAN Group Inc.
    • Thinkpoint Inc.
    • Thomas&Schmidt Inc.
    • Tiree Facility Solutions Inc.
    • TPG Technology Consulting Ltd.
    • TRM Technologies Inc.
    • Tundra Technical Solutions Inc
    • TURNER & TOWNSEND CANADA INC.
    • V42 Management Consulting, Inc.
    • Valcom Consulting group Inc.
    • WSP Canada Inc.
    • Yoush Inc.
    • Zernam Enterprise Inc
    • ZW Project Management Inc.

    ADDITIONAL INFORMATION FOR BIDDERS

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

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security 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.

    Location of Work:

    Region: National Capital Region

    Specific Location: 975 St-Joseph Boulevard, Gatineau, Quebec

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Iain FitzGerald
    Email: iain.fitzgerald@forces.gc.ca

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

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2024/12/02.

    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 Dr

    Ottawa, ON, K1A0K2
    Canada
    Contracting authority
    Iain FitzGerald
    Phone
    (343) 572-4337
    Email
    iain.fitzgerald@forces.gc.ca
    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
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    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: