Project Manager, Junior

Solicitation number W8485-TSPS2024-14

Publication date

Closing date and time 2024/01/19 14:00 EST

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-TSPS2024-14
    TIER 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the:

    - Stream 3: Project Management Services

    for the services of:

    - One (1) 3.2: Project Manager, Junior

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for three (3) years, plus two (2) irrevocable option years allowing Canada to extend the term of the Contract.

    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

    Security Requirement
    Security Requirements Check List: Common PS SRCL #41
    Supplier Security Clearance required: FSC - Secret
    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:
    The estimated level of effort of the contract will be for 240 days per year.
    Estimated time frame of contract – 1 April 2024 to 31 March 2027 plus two (2) irrevocable option years.
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2024-14
    DND POC: Khan Check
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence (DND) requires professional services of one (1) Junior Project Manager to support the Director General Aerospace Equipment Program Management (DGAEPM) / Director Aerospace Equipment Program Management (Fighters and Trainers) to work with the North Warning System (NWS).

    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. 4Plan Consulting Corp.
    2. 9149481 Canada Inc.
    3. A Hundred Answers Inc.
    4. A. Net Solutions Inc.
    5. Aboriginal Employment Services Inc.
    6. Accenture Inc.
    7. Access Corporate Technologies Inc.
    8. Accurate Design & Communication Inc.
    9. ACF Associates Inc.
    10. Acosys Consulting Services Inc.
    11. Action Personnel of Ottawa-Hull Ltd
    12. Adecco Employment Services Limited/Services de placement Adecco Limited
    13. ADGA Group Consultants Inc.
    14. ADRM Technology Consulting Group Corp.
    15. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    16. ALINEA INTERNATIONAL LTD.
    17. Altis Recruitment & Technology Inc.
    18. ALTRUISTIC INFORMATICS CONSULTING INC.
    19. ARTEMP PERSONNEL SERVICES INC
    20. Arup Canada Inc.
    21. Avascent Canada ULC
    22. AZUR HUMAN RESOURCES LIMITED
    23. BDO Canada LLP
    24. Bevertec CST Inc.
    25. Beyond Technologies Consulting Inc.
    26. BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES
    INTEGREES CANADA S.E.C.
    27. Blue Water Sourcing Inc
    28. BP & M Government IM & IT Consulting Inc.
    29. Breckenhill Inc.
    30. Bridgetown Consulting Inc.
    31. BRING Management Solutions Inc.
    32. BRYCA Solutions Inc.
    33. BurntEdge Incorporated
    34. Cache Computer Consulting Corp.
    35. Calian Ltd.
    36. Captiva Consulting Inc.
    37. CCEM Strategies Ltd.
    38. CGI Information Systems and Management Consultants Inc.
    39. CIMA+ S.E.N.C.
    40. Cistel Technology Inc.
    41. CloseReach Ltd.
    42. CM Inc.
    43. Cofomo Inc.
    44. Colliers Project Leaders Inc.
    45. COLLIGO CONSULTING INCORPORATED
    46. COMPUTACENTER CANADA INC.
    47. Confluence Consulting Inc.
    48. Conoscenti Technologies Inc.
    49. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    50. Coradix technology Consulting Ltd.
    51. CVL INFORMATION SOLUTIONS INC.
    52. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    53. Dare Human Resources Corporation
    54. DEL-PM INC.
    55. Deloitte Inc.
    56. DLS Technology Corporation
    57. Donna Cona Inc.
    58. Durivage Management Solutions Limited
    59. Eagle Professional Resources Inc.
    60. Eclipsys Solutions Inc
    61. Econ Inc.
    62. Eiger Aerospace Consulting
    63. Elevated Thinking Inc.
    64. Eperformance Inc.
    65. Ernst & Young LLP
    66. EspaceRH Inc
    67. Etico, Inc.
    68. Fast Track Staffing, 49 Solutions in Joint Venture
    69. Fifalde Consulting Inc.
    70. Fleetway Inc.
    71. Foursight Consulting Group Inc.
    72. GCSTRATEGIES INCORPORATED
    73. GEF Consulting Inc.
    74. GovInsights Consulting Inc.
    75. GSI International Consulting Inc.
    76. Holonics Inc.
    77. HumanSystems Incorporated
    78. I4C INFORMATION TECHNOLOGY CONSULTING INC
    79. IBISKA Telecom Inc.
    80. IDS Systems Consultants Inc.
    81. iFathom Corporation
    82. InfoMagnetics Technologies Corporation (IMT)
    83. Information Management and Technology Consultants Inc.
    84. Integra Networks Corporation
    85. Intelan Consulting Inc.
    86. IPSS INC.
    87. Isheva Inc., Ranakan Inc. in JOINT VENTURE
    88. IT/Net - Ottawa Inc.
    89. Juno Risk Solutions Incorporated
    90. Kelly Sears Consulting Group
    91. Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    92. KPMG LLP
    93. KSAR & ASSOCIATES INC
    94. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT
    VENTURE
    95. L-3 Technologies MAS Inc.
    96. Le Groupe Conseil Bronson Consulting Group
    97. Lean Agility Inc.
    98. Leo-Pisces Services Group Inc.
    99. Leverage Technology Resources Inc.
    100. Levio Conseils Inc.
    101. Lightning Tree Consulting Inc.
    102. MAKWA Resourcing Inc.
    103. Malarsoft Technology Corporation
    104. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    105. Maplefox Projects Inc.
    106. Maplesoft Consulting Inc.
    107. Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    108. Maverin Business Services Inc.
    109. MaxSys Staffing & Consulting Inc.
    110. MDOS CONSULTING INC.
    111. Messa Computing Inc.
    112. MGIS Inc.
    113. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    114. Mindstream Training Center and Professional Services Bureau, Inc
    115. Mindwire Systems Ltd.
    116. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint
    Venture
    117. MNP LLP
    118. Myticas Consulting Inc.
    119. NavPoint Consulting Group Inc.
    120. Newfound Recruiting Corporation
    121. Niewe Technology and Consulting Ltd.
    122. Nisha Technologies Inc.
    123. NIVA Inc
    124. Nortak Software Ltd.
    125. Olav Consulting Corp
    126. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY
    CORPORATION, IN JOINT VENTURE
    127. OpenFrame Technologies, Inc.
    128. OPUS LEADERS INC.
    129. Orangutech Inc.
    130. Otus Strategic Financial Business Planning Group
    131. Performance Management Network Inc.
    132. PGF Consultants Inc.
    133. PISCES RESEARCH PROJECT MANAGEMENT INC.
    134. Platinum Technologies Inc.
    135. Pleiad Canada Inc.
    136. Portage Personnel Inc.
    137. PRECISIONERP INCORPORATED
    138. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT
    VENTURE
    139. Pricewaterhouse Coopers LLP
    140. Primex Project Management Limited
    141. Procom Consultants Group Ltd.
    142. Prologic Systems Ltd.
    143. Promaxis Systems Inc
    144. Prompta Inc.
    145. Protak Consulting Group Inc.
    146. QA CONSULTANTS INC.
    147. QMR Staffing Solutions Incorporated
    148. Quallium Corporation
    149. Quantum Management Services Limited / Les services de gestion Quantum Limitée
    150. Quarry Consulting Inc.
    151. Randstad Interim Inc.
    152. RealIT Management Inc.
    153. Revay and Associates Limited
    154. RHEA INC.
    155. Risk Sciences International Inc.
    156. Robertson & Company Ltd.
    157. S.I. SYSTEMS ULC
    158. Samson & Associés CPA/Consultation Inc
    159. SEASI Consulting Inc.
    160. Sheffield Blake Ltd.
    161. Sierra Systems Group Inc.
    162. SnapSEARCH Inc.
    163. Sonovision Canada Inc.
    164. Space Strategies Consulting Ltd
    165. Spearhead Management Canada Ltd.
    166. SRA Staffing Solutions Ltd.
    167. Stiff Sentences Incorporated
    168. Strategic Relationships Solutions Inc.
    169. Symbiotic Group Inc.
    170. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
    171. Systemscope Inc.
    172. T.E.S. Contract Services INC.
    173. T.I.7 Inc.
    174. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    175. TDV Global inc.
    176. Tech4soft Inc.
    177. TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    178. Technomics, Incorporated
    179. TECSIS Corporation
    180. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    181. Telecan Space Inc
    182. The AIM Group Inc.
    183. The Devon Group Ltd.
    184. The Halifax Computer Consulting Group Inc.
    185. The Right Door Consulting & Solutions Incorporated
    186. THE SOURCE STAFFING SOLUTIONS INC.
    187. The VCAN Group Inc.
    188. Thinkpoint Inc.
    189. Thomas&Schmidt Inc.
    190. Tiree Facility Solutions Inc.
    191. TPG Technology Consulting Ltd.
    192. TRM Technologies Inc.
    193. Tundra Technical Solutions Inc
    194. TURNER & TOWNSEND CANADA INC.
    195. V42 Management Consulting, Inc.
    196. Valcom Consulting group Inc.
    197. WSP Canada Inc.
    198. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    199. ZW Project Management Inc

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2024/04/01.

    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)

    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, Ontario, K1A 0K2
    Canada
    Contracting authority
    Khan Check
    Phone
    (819) 939-5741
    Email
    khan.check2@forces.gc.ca
    Address

    101 Colonel By Dr

    Ottawa, Ontario, K1A 0K2
    Canada
    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)
    ,
    Gatineau
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest 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: