TSPS – 2.13 Senior (level 3) Performance Measurement Consultant
Solicitation number W8482-263807/A
Publication date
Closing date and time 2026/05/12 14:00 EDT
Last amendment date
Description
TASK Based Professional Services (TSPS) Requirement
NOTICE OF PROPOSED PROCUREMENT
This requirement is for: Department of National Defence (DND).
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 ($0 - $3.75M) under the stated consultant category, security level, region, level of expertise for the following category: Stream 3. Project management services stream:
• One (1) 2.13 Senior (level 3) Performance Measurement Consultant
The following SA Holders have been invited to submit a proposal:
1. Aboriginal Employment Services Inc.
2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
3. Deloitte Inc.
4. KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.
5. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In JOINT VENTURE
6. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
7. P1 Consulting Inc.
8. Promaxis Systems Inc
9. RHEA INC.
10. SoftSim Technologies Inc.
11. THE LANSDOWNE CONSULTING GROUP INC.
12. V42 Management Consulting, Inc.
13. Prologic Systems Ltd.
14. Etico, Inc.
15. Calian Ltd.
However, SA holders not invited to bid who wish to do so may, no later than five days prior to the published closing date of the contract, contact the contracting authority and request an invitation to bid. An invitation will be issued unless it would interfere with the proper functioning of the procurement system. Under no circumstances will Canada extend the solicitation closing date to allow these suppliers to bid. Where additional solicitations are issued as part of the solicitation process, they may not be considered in amendments to the solicitation.
Description of the Requirement:
This recurring requirement is for the provision of one (1) resource through the Task and Solutions Professional Service (TSPS) Supply Arrangement (SA), specifically one (1) 2.13 Senior (level 3) Performance Measurement Consultant, in support of the Director Maritime Equipment Program Management (DMEPM) - Major Surface Combatant (MSC) Program Manager (PM). The resource will work to support performance measurement and sustainment of the Halifax-class ships. These services include but not limited to: developing performance measurement indicators and instruments for on-going maintenance performance review, planning and designing performance measurement frameworks in support of maintenance monitoring, providing performance measurement advice , analysis and research for naval equipment sustainment, and research performance measurement uses and practices in other naval environments.
Security:
There is security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial 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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Applicable Trade Agreements:
1. Canadian Free Trade Agreement (CFTA)
2. World Trade Organization Agreement on Government Procurement (WTO-AGP)
3. Canada – Chile Free Trade agreement (CCFTA)
4. Canada – Peru Free Trade agreement (CPFTA)
5. Canada – Colombia Free Trade agreement (CColFTA)
6. Canada – Panama Free Trade agreement (CPanFTA)
7. Canada – Honduras Free Trade agreement
8. Canada-European Union Comprehensive Economic and Free Trade Agreement (CETA)
9. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
10. Canada – Ukraine Free Trade agreement (CUFTA)
11. Canada – Korea Free Trade agreement (CKFTA)
Proposed period of contract:
The proposed period of contract will be from the date of Contract Award to 31 March 2031 inclusive.
Estimated Level of Effort:
The estimated levels of effort are as indicated in the table below:
The estimated level of effort of the contract period will be 1,199 days for the resource.
Contract Period (Year 1) From Date of Contract to 31 March 2027: 199 Days
Contract Period (Year 2) From 01 April 2027 to 31 March 2028: 240 Days
Contract Period (Year 3) From 01 April 2028 to 31 March 2029: 240 Days
Contract Period (Year 4) From 01 April 2029 to 31 March 2030: 240 Days
Contract Period (Year 5) From 01 April 2030 to 31 March 2031: 240 Days
File Number: W8482-263807/A
Contracting Authority: Loïc Malo, D Mar P 3-3-2-2
E-Mail: DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or via MS Teams.
NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
Contract duration
The estimated contract period will be 58 month(s), with a proposed start date of 2026/06/01.
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
Contact information
Contracting organization
- Organization
-
Department of National Defence (DND)
- Address
-
101 Colonel By Dr
Ottawa, ON, K1A 0K7Canada
- Contracting authority
- Loïc Malo
- Phone
- (000) 000-0000
- Email
- dmarp3bidsubmission-domar3soumissiondesoffres@forces.gc.ca
- Fax
- N/A
- Address
-
101 Colonel By Dr
Ottawa, ON, K1A 0K7Canada