Two (2) Project Leader/ Executives

Solicitation number W8485-TSPS2026-04/A

Publication date

Closing date and time 2026/03/13 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: W8485-TSPS2026-04/A
    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

    for the services of:

    - Two (2) 3.3: Project Leader/Executive, Senior

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) or two (2) contracts for four (4) years.

    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://buyandsell.gc.ca/tenders).

    Location of Work to be Performed:

    Department of National Defence
    101 Colonel By Drive
    Ottawa, ON
    K1A 0K2

    Security Requirement:

    Security Requirements Check List: 26-0013
    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2026-04/A
    DND POC: Keigan (KS) Buffett
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    Description of the Requirement:

    The Department of National Defence (DND) requires the services of two (2) Senior Project Leader/ Executive Consultants to provide support the Fighter Capability Office’s (FCO) Director Fighter Capability Infrastructure (DFCI) in the National Capital Region (NCR). These consultants will support the Defence of Canada Fighter Infrastructure (DCFI) project in defining the scope, deliverables and the implementation condition relating to infrastructure acquisition as required for Canada’s Future Fighter Capability Project (FFCP).

    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 companies who qualified under the stated consultant categories, level of expertise, region and tier. The following Supply Arrangement (SA) Holders have been invited to submit a proposal:
    1. 4Plan Consulting Corp.
    2. A Hundred Answers Inc.
    3. A. Net Solutions Inc.
    4. Accenture Inc.
    5. Access Corporate Technologies Inc.
    6. Accurate Design & Communication Inc.
    7. ACF Associates Inc.
    8. ADRM Technology Consulting Group Corp.
    9. Aequum Global Access Inc
    10. Akkodis Canada Inc.
    11. Aligned Si Corp
    12. Altis Recruitment & Technology Inc.
    13. Amyantek Inc
    14. Archipelago Alliance Inc.
    15. ASC Gp, Inc.
    16. Birchwood Healthcare Consulting Ltd.
    17. Blue Water Sourcing Inc
    18. Bridgetown Consulting Inc.
    19. BRYCA Solutions Inc.
    20. Cache Computer Consulting Corp.
    21. CAE Inc.
    22. Calian Ltd.
    23. CHANT LIMITED
    24. CIMA+ S.E.N.C.
    25. Cistech Limited
    26. Cistel Technology Inc.
    27. CloseReach Ltd.
    28. Cofomo Inc.
    29. Comtech Group Inc.
    30. Confluence Consulting Inc.
    31. Connecting Humans Inc.
    32. Conoscenti Technologies Inc.
    33. Consultation ISGA Inc.
    34. CPCS Transcom Limited
    35. Dare Human Resources Corporation
    36. Decasult Inc.
    37. Deloitte Inc.
    38. Donna Cona Inc.
    39. Eagle Professional Resources Inc.
    40. Eclipsys Solutions Inc
    41. Econ Inc.
    42. Elevated Thinking Inc.
    43. ERM Consultants Canada Ltd.
    44. Ernst & Young LLP
    45. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    46. Fleetway Inc.
    47. ForgeSight Technologies Inc.
    48. Foursight Consulting Group Inc.
    49. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    50. Gartner Canada Co.
    51. GEF Consulting Inc.
    52. Gelder, Gingras & Associates Inc.
    53. Goldstein-Victorova Solutions & Consulting Inc.
    54. H2 ANALYTICS INC.
    55. HDR Corporation
    56. Hofmann PM Inc
    57. Holonics Inc.
    58. HubSpoke Inc.
    59. IBISKA Telecom Inc.
    60. Integra Networks Corporation
    61. IT/Net - Ottawa Inc.
    62. Jumping Elephants Incorporated
    63. Junction Collective Inc.
    64. Juno Risk Solutions Incorporated
    65. Just Governance Group Ltd.
    66. Kelly Sears Consulting Group
    67. KSAR & ASSOCIATES INC
    68. Lean Agility Inc.
    69. Leo-Pisces Services Group Inc.
    70. Levio Conseils Inc.
    71. MAKWA Resourcing Inc.
    72. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    73. Maplefox Projects Inc.
    74. Maplesoft Consulting Inc.
    75. Mason Clark Group Inc.
    76. Maverin Business Services Inc.
    77. Maverin Inc.
    78. MaxSys Staffing & Consulting Inc.
    79. Meira Consulting Inc.
    80. Messa Computing Inc.
    81. MGIS Inc.
    82. Michael Wager Consulting Inc.
    83. Mindwire Systems Ltd.
    84. MNP LLP
    85. Mobile Resource Group Inc
    86. NATTIQ INC.
    87. Naut'sa mawt Resources Group, Inc.
    88. NavPoint Consulting Group Inc.
    89. Newfound Recruiting Corporation
    90. Nisha Technologies Inc.
    91. Nortak Software Ltd.
    92. NTT DATA CANADA, INC.
    93. Nuclear Promise X Inc.
    94. OGGN Inc.
    95. Oliver Wyman Government Services ULC
    96. OLIVER, WYMAN LIMITED/OLIVER, WYMAN LIMITEE
    97. OpenFrame Technologies, Inc.
    98. Optimus SBR Inc.
    99. Orbis Risk Consulting Inc.
    100. OXARO INC.
    101. PCUBED CANADA INC.
    102. Performance Management Network Inc.
    103. Pleiad Canada Inc.
    104. Portage Personnel Inc.
    105. Posterity Group Consulting Inc,
    106. PRECISIONERP INCORPORATED
    107. Pricewaterhouse Coopers LLP
    108. Procom Consultants Group Ltd.
    109. Prologic Systems Ltd.
    110. Promaxis Systems Inc
    111. Prompta Inc.
    112. Protak Consulting Group Inc.
    113. Public digital Limited
    114. QMR Staffing Solutions Incorporated
    115. Quallium Corporation
    116. Quarry Consulting Inc.
    117. Randstad Interim Inc.
    118. RealIT Management Inc.
    119. Reticle Ventures Canada Incorporated
    120. Revay and Associates Limited
    121. Risk Sciences International Inc.
    122. S.I. SYSTEMS ULC
    123. S.M.A. Consulting LTD
    124. SALASAN Consulting Inc.
    125. Samson & Associés CPA/Consultation Inc
    126. Sapper Labs Inc.
    127. Serco Canada Marine Corporation
    128. Space Strategies Consulting Ltd
    129. Steer Davies Gleave North America Inc
    130. Stratégia conseil inc
    131. Sundiata Warren Group Inc.
    132. Symbiotic Group Inc.
    133. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
    134. Systèmes Syntax Ltée/Syntax Systems Ltd.
    135. Systemscope Inc.
    136. T.E.S. Contract Services INC.
    137. T.I.7 Inc.
    138. TAG HR The Associates Group Inc.
    139. TDV Global inc.
    140. Technomics, Incorporated
    141. TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre
    142. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    143. The AIM Group Inc.
    144. The Barrington Consulting Group Inc.
    145. THE LANSDOWNE CONSULTING GROUP INC.
    146. The Right Door Consulting & Solutions Incorporated
    147. Thinkpoint Inc.
    148. Thomas&Schmidt Inc.
    149. Tiree Facility Solutions Inc.
    150. TPG Technology Consulting Ltd.
    151. Transatlantic Business Consulting Inc.
    152. Tricon Solutions Inc
    153. TRM Technologies Inc.
    154. Turtle Island Staffing Inc.
    155. Valcom Consulting group Inc.
    156. Valstroom Inc.
    157. Vantix Systems Inc.
    158. Wirehead Corporation
    159. WSP Canada Inc.
    160. Zernam Enterprise Inc

    Contract duration

    The estimated contract period will be 48 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)
    • 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

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Department of National Defence (DND)
    Address

    101 Colonel By Drive, Ottawa, ON, K1A0K2, CANADA

    Ottawa, ON, K1A 0K2
    CANADA
    Contracting authority
    Keigan (KS) Buffett
    Phone
    (819) 939-3118
    Email
    keigan.buffett@forces.gc.ca
    Fax
    (819) 939-5042
    Address

    101 Colonel By Drive, Ottawa, ON, K1A0K2, CANADA

    Ottawa, ON, K1A 0K2
    CANADA
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    National Capital Region (NCR)
    Region of opportunity
    Unspecified
    Contract duration
    48 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Cost-per-Point
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.