One (1) Junior Procurement Specialist for DQA Toronto

Solicitation number W6369-24-X025

Publication date

Closing date and time 2024/03/01 14:00 EST

Last amendment date


    Description

    Task Based Professional Services (TSPS) Requirement

    Title: W6369-24-X025 - TSPS – One (1) Junior Procurement Specialist for DQA Toronto
    GSIN: R008A

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

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories:

    3.7 Procurement Specialist, Level 1 (Junior), under the Project Management Services Stream

    All qualified SA Holders have been invited to submit a proposal:

    Accenture Inc.
    ACF Associates Inc.
    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    Akkodis Canada Inc.
    ALINEA INTERNATIONAL LTD.
    Altis Recruitment & Technology Inc.
    Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    BDO Canada LLP
    BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES INTEGREES CANADA S.E.C.
    Calian Ltd.
    Cistel Technology Inc.
    Colliers Project Leaders Inc.
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    Coradix technology Consulting Ltd.
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    Deloitte Inc.
    Ernst & Young LLP
    Fleetway Inc.
    Goss Gilroy Inc.
    IBISKA Telecom Inc.
    IDS Systems Consultants Inc.
    iFathom Corporation
    IPSS INC.
    IT/NET OTTAWA INC, KPMG LLP, in joint venture
    Kelly Sears Consulting Group
    KPMG LLP
    Maplesoft Consulting Inc.
    Mindwire Systems Ltd.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    MNP LLP
    Orbis Risk Consulting Inc.
    Performance Management Network Inc.
    Pricewaterhouse Coopers LLP
    Promaxis Systems Inc
    QMR Staffing Solutions Incorporated
    Quallium Corporation
    Raymond Chabot Grant Thornton Consulting Inc.
    Reticle Ventures Canada Incorporated
    Revay and Associates Limited
    RHEA INC.
    S.I. SYSTEMS ULC
    Samson & Associés CPA/Consultation Inc
    Sierra Systems Group Inc.
    Space Strategies Consulting Ltd
    TDV Global inc.
    Technomics, Incorporated
    The AIM Group Inc.
    The Halifax Computer Consulting Group Inc.
    THE LANSDOWNE CONSULTING GROUP INC.
    Tiree Facility Solutions Inc.
    TRM Technologies Inc.
    Valcom Consulting group Inc.
    Veritaaq Technology House Inc.
    ZW Project Management Inc.

    Description of the Requirement:

    The Director Quality Assurance (DQA) is the National Quality Assurance Authority (NQAA) for all National Defence procurement. DQA is an integral part of the Director General Material Systems and Supply Chain (DGMSSC) and represents the NQAA for the delivery/implementation of Government Quality Assurance (GQA) and related support services to the Department of National Defence (DND) and other Government Departments.
    DND has a requirement for Task Based Professional Services, specifically the services of a Junior Procurement Specialist to provide supply/logistic related support in the provision of government quality assurance activities. It is intended to result in the award of one (1) contract for approximately one (1) year, plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement:

    Security Requirement: Custom SRCL
    Minimum Corporate Security Required: Secret
    Minimum Resource Security Required: Secret

    Applicable Trade Agreements:

    Canada - European Union Comprehensive Economic and Trade Agreement (CETA);
    World Trade Organization Agreement on Government Procurement (WTO-AGP);
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    Canada - Chile Free Trade Agreement (CCFTA);
    Canada - Colombia Free Trade Agreement;
    Canada - Honduras Free Trade Agreement;
    Canada - Korea Free Trade Agreement;
    Canada - Panama Free Trade Agreement;
    Canada - Peru Free Trade Agreement (CPFTA);
    Canada - Ukraine Free Trade Agreement (CUFTA), and
    Canadian Free Trade Agreement (CFTA).

    Associated Documents:

    Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed Period of Contract:

    The proposed period of contract shall be from date of contract to one year after the date of contract award.

    Estimated Level of Effort:

    The estimated level of effort of the contract is 240 days per year.

    File Number: W6369-24-X025

    Contracting Authority: Rogelio Orsetti
    Phone Number: 613-715-0853
    E-Mail: Rogelio.Orsettipetrocelli@forces.gc.ca

    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 12 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
    D Svcs C 4
    Address

    101 Colonel By

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Rogelio Orsetti
    Phone
    (613) 715-0853
    Email
    rogelio.orsettipetrocelli@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.

    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
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Selective Tendering
    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: