One (1) Engineering Graduate, Intermediate

Solicitation number W8485-TSPS2024-19

Publication date

Closing date and time 2024/08/22 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).

    TASK BASED E60ZT-18TSPS PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2024-19
    TIER 1 (< $3.75 M)

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

    This requirement is for:

    - Stream 5: Technical Engineering and Maintenance Services
    - Category 5.3: Engineering Graduate - Intermediate

    for the services of:

    - One (1) Engineering Graduate – Intermediate (level 2)

    UNSPSC
    81000000: Engineering and Research and Technology Based Services
    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) 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://buyandsell.gc.ca/tenders).

    Location of Work to be Performed:

    Region(s): National Capital Region
    Specific Locations: 455 Boulevard de la Carrière, Gatineau, QC

    The resource will be required to travel to DND sites within and outside of Canada.

    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:

    14 September 2024 to 13 September 2026 plus two (2) irrevocable option years.

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

    File Number: W8485-TSPS2024-19
    DND POC: Chantal Leavoy
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence for the provision of Task and Solutions Professional Services.

    The Department of National Defence (DND), is seeking Intermediate Engineering Graduate services to assist the Tactical Aviation and Simulator 2 (TA&S 2) CH146 Project and Obsolescence Manager. One (1) Intermediate Engineering Graduate (level 2) is required to support the CH146 Griffon helicopter fleet and its associated project team in day-to-day activities which include associated engineering project functions, provide advice, and develop solutions to effectively deliver the project portfolio for future operations and deployments of the CH146 Griffon helicopter fleet.

    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 those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:
    • 5.3 Engineering Graduate, Intermediate
    The following SA Holders have been invited to submit a proposal.

    List of Suppliers:

    No. Legal Name

    1. 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE
    2. 9468269 Canada Corp
    3. Access Corporate Technologies Inc.
    4. ACF Associated Inc.
    5. ADGA Group Consultants Inc.
    6. Adirondack Information Management Inc., The AIM Group Inc. In Joint Venture
    7. AECOM Canada Ltd.
    8. Akkodis Canada Inc.
    9. Allswater Marine Consultants Limited
    10. Altis Recruitment & Technology Inc.
    11. Amyantek Inc
    12. Arup Canada Inc.
    13. Blue Water Sourcing Inc
    14. C4i Training & Technology Inc.
    15. Calian Ltd.
    16. CHANT LIMITED
    17. Dare Human Resources Corporation
    18. Deloitte Inc.
    19. Dunn Engineering Inc
    20. Fleetway Inc.
    21. GasTOPS Ltd.
    22. IPSS Inc.
    23. Lengkeek Vessel Engineering Inc.
    24. Louis Tanguay Informatique Inc.
    25. MACP inc.
    26. Martec Limited
    27. MaxSys Staffing & Consulting Inc.
    28. Michael Wagner Consulting Inc.
    29. Numerica Technologies inc.
    30. OLAV CONSULTING COPR., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    31. Orbis Risk Consulting Inc.
    32. Pennant Canada Limited
    33. Posterity Group Consulting Inc,
    34. Primex Project Management Limited
    35. Procom Consultants Group Ltd.
    36. Prologic Systems Ltd.
    37. Promaxis Systems Inc
    38. Raymond Chabot Grant Thornton Consulting Inc.
    39. Reticle Ventures Canada Incorporated
    40. SALASAN Consulting Inc.
    41. Serco Canada Marine Corporation
    42. T.E.S. Contract Servies Inc.
    43. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    44. Technomics, Incorporated
    45. The AIM Group Inc.
    46. Thomas&Schmidt Inc.
    47. Tiree Facility Solutions Inc.
    48. V42 Management Consulting, Inc.
    49. Valcom Consulting group Inc.
    50. WSP Canada Inc

    Contract duration

    The estimated contract period will be 24 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

    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 Drive

    Ottawa, Ontario, k1a 0k2
    Canada
    Contracting authority
    Chantal Leavoy
    Phone
    (819) 939-6940
    Email
    chantal.leavoy@forces.gc.ca
    Address

    455 Blvd de la Carrière

    Gatineau, Quebec, j8y 6v7
    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
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    24 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.

    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: