NPP – W8486-239070/A – TSPS SA – One (1) Intermediate Procurement Specialist and One (1) Intermediate Project Planner for Real Property
Solicitation number W8486-239070/A
Publication date
Closing date and time 2023/04/12 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W8486-239070/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 stream and One (1) Intermediate Project Planner for Real under Stream 4, Real Property Management Services class. The intent of this solicitation is to establish up to two (2) Contract for three (3) initial years, with the option to extend the term of the Contract by up to two (2) 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 Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.
Time Frame of Delivery: as soon as possible
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://buyandsell.gc.ca/tenders).
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:
SUPPLIERS QUALIFIED FOR 3.7 PROCUREMENT SPECIALIST ONLY:
• 1019837 Ontario Inc.
• 6137318 Canada Inc
• 7792395 Canada Inc.
• 8005931 Canada Inc
• 9149481 Canada Inc.
• A Hundred Answers Inc.
• A. Net Solutions Inc.
• Accenture Inc.
• Access Corporate Technologies Inc.
• ACF Associates Inc.
• ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., THE HALIFAX COMPUTER CONSULTING GROUP INC., in Joint Venture
• Adecco Employment Services Limited/Services de placement Adecco Limited
• ADGA Group Consultants Inc.
• ADRM Technology Consulting Group Corp.
• ADRM Technology Consulting Group Corp. and Randstad Interim Inc
• ALINEA INTERNATIONAL LTD.
• Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
• ALTRUISTIC INFORMATICS CONSULTING INC.
• ARTEMP PERSONNEL SERVICES INC
• Arup Canada Inc.
• Avascent Canada ULC
• AZUR HUMAN RESOURCES LIMITED
• BDO Canada LLP
• Beyond Technologies Consulting Inc.
• Blue Water Sourcing Inc
• BP & M Government IM & IT Consulting Inc.
• BRING Management Solutions Inc.
• BRYCA Solutions Inc.
• BTY Consulting Inc.
• BurntEdge Incorporated
• Cache Computer Consulting Corp.
• Calian Ltd.
• CM Inc.
• Cofomo Inc.
• Cofomo Ottawa
• COLLIGO CONSULTING INCORPORATED
• Conoscenti Technologies Inc.
• CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
• Coradix technology Consulting Ltd.
• CPCS Transcom Limited
• CVL INFORMATION SOLUTIONS INC.
• Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
• Dare Human Resources Corporation
• Donna Cona Inc.
• Doreen M Wong
• Eagle Professional Resources Inc.
• Eclipsys Solutions Inc
• Econ Inc.
• Eight Bells Consulting Services Incorporated
• Elevated Thinking Inc.
• eVision Inc., SoftSim Technologies Inc. in Joint Venture
• Excel Human Resources Inc.
• Fifalde Consulting Inc.
• Fleetway Inc.
• FMC Professionals Inc.
• GCSTRATEGIES INCORPORATED
• GEF Consulting Inc.
• Goss Gilroy Inc.
• GSI International Consulting Inc.
• HubSpoke Inc.
• I4C INFORMATION TECHNOLOGY CONSULTING INC
• IDS Systems Consultants Inc.
• iFathom Corporation
• InfoCivitas Ltd.
• Information Management and Technology Consultants Inc.
• Integrated Learning International Inc.
• IPSS INC.
• IT/Net - Ottawa Inc.
• Kelly Sears Consulting Group
• Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
• Lean Agility Inc.
• Leo-Pisces Services Group Inc.
• Leverage Technology Resources Inc.
• Lumina IT inc.
• Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
• Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
• Maplesoft Consulting Inc.
• Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
• 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
• Modis Canada Inc
• NATTIQ INC.
• NavPoint Consulting Group Inc.
• Newfound Recruiting Corporation
• NewLeaf Performance Inc.
• Nisha Technologies Inc.
• Nortak Software Ltd.
• OpenFrame Technologies, Inc.
• Otus Strategic Financial Business Planning Group
• Performance Management Network Inc.
• PGF Consultants Inc.
• Platinum Technologies Inc.
• Pleiad Canada Inc.
• Portage Personnel Inc.
• Primex Project Management Limited
• PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
• Procom Consultants Group Ltd.
• Prologic Systems Ltd.
• Promaxis Systems Inc
• ProVision IT Resources Ltd.
• Quallium Corporation
• Randstad Interim Inc.
• Reticle Ventures Canada Incorporated
• RHEA INC.
• Robertson & Company Ltd.
• Run Straight Consulting Ltd
• Samson & Associés CPA/Consultation Inc
• SEASI Consulting Inc.
• SÉLECT GLOBAL INTERNATIONAL LTÉE.
• Sheffield Blake Ltd.
• Sierra Systems Group Inc.
• SnapSEARCH Inc.
• Spearhead Management Canada Ltd.
• 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.
• TAG HR The Associates Group Inc.
• TBP & Associates Inc.
• TDV Global inc.
• Technomics, Incorporated
• TECSIS Corporation
• Telecan Space Inc
• The Avascent Group, Ltd.
• The Devon Group Ltd.
• The Halifax Computer Consulting Group Inc.
• The VCAN Group Inc.
• Thinkpoint Inc.
• TPG Technology Consulting Ltd.
• Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
• TRM Technologies Inc.
• Tundra Technical Solutions Inc
• Valcom Consulting group Inc.
• Yoush Inc.
• ZW Project Management Inc.
SUPPLIERS QUALIFIED FOR 4.4 PROPERTY PLANNER FOR REAL PROPERTY ONLY:
• ALTUS GROUP LIMITED
• Fast Track Staffing, 49 Solutions in Joint Venture
• IDEActio inc
• Macogep inc.
• Ouda Project Masters Inc.
• p2i strategies ltd.
• Peter J. Kindree Architect
SUPPLIERS QUALIFIED FOR BOTH 3.7 AND 4.4:
• 9468269 Canada Corp.
• Action Personnel of Ottawa-Hull Ltd
• Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
• Altis Human Resources (Ottawa) Inc.
• Breckenhill Inc.
• CIMA+ S.E.N.C.
• Cistel Technology Inc.
• Colliers Project Leaders Inc.
• Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
• Contract Community Inc.
• Deloitte Inc.
• Ernst & Young LLP
• HDP Group Inc
• IBISKA Telecom Inc.
• IT/NET OTTAWA INC, KPMG LLP, in joint venture
• KPMG LLP
• Lightning Tree Consulting Inc.
• Maverin Business Services Inc.
• Olav Consulting Corp
• OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
• OPUS LEADERS INC.
• Orbis Risk Consulting Inc.
• Pricewaterhouse Coopers LLP
• Protak Consulting Group Inc.
• QMR Staffing Solutions Incorporated
• Quarry Consulting Inc.
• Raymond Chabot Grant Thornton Consulting Inc.
• Revay and Associates Limited
• S.I. SYSTEMS ULC
• SoftSim Technologies Inc.
• SpaceWerx Corporation
• Stratégia conseil inc
• T.I.7 Inc.
• TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
• The AIM Group Inc.
• THE LANSDOWNE CONSULTING GROUP INC.
• The Right Door Consulting & Solutions Incorporated
• Thomas&Schmidt Inc.
• Tiree Facility Solutions Inc.
• TURNER & TOWNSEND CANADA INC.
• Veritaaq Technology House Inc.
• WSP Canada Inc.
• Zernam Enterprise 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:
Security Level required (Document Safeguarding): None
Supplier Security Clearance required: Secret
FOCI Review: No
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: 45 Sacré-Cœur, Gatineau, Quebec
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Cathy Thompson
Email: Cathy.Thompson@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
Contract duration
The estimated contract period will be 60 month(s).
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)
-
Please refer to tender description or tender documents
Contact information
Contracting organization
- Organization
-
Department of National Defence (DND)
- Address
-
101 Colonel By Dr
OTTAWA, ON, K1A0K2Canada
- Contracting authority
- Cathy Thompson
- Phone
- (343) 571-0777
- Email
- Cathy.Thompson@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.