SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Costing and Negotiation Services in Support of MHP

Solicitation number W8485-TSPS2024-09/A

Publication date

Closing date and time 2023/11/30 14:00 EST

Last amendment date


    Description

    TASK Based Professional Services (TSPS) Requirement

    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” (= $0 - $3.75M) for the following category:

    • 3.3 Senior Project Leader/Executive
    • 2.1 Senior Business Analyst
    • 2.1 Senior Business Analyst
    • 2.1 Senior Business Analyst

    The following SA Holders have been invited to submit a proposal.

    1. A Hundred Answers Inc.
    2. A. Net Solutions Inc.
    3. Accenture Inc.
    4. Access Corporate Technologies Inc.
    5. ACF Associates Inc.
    6. Action Personnel of Ottawa-Hull Ltd
    7. ADAPTOVATE Inc
    8. Adecco Employment Services Limited/Services de placement Adecco Limited
    9. ADGA Group Consultants Inc.
    10. ADRM Technology Consulting Group Corp.
    11. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    12. Altis Human Resources (Ottawa) Inc.
    13. Altis Recruitment & Technology Inc.
    14. ALTRUISTIC INFORMATICS CONSULTING INC.
    15. Archipelago Alliance Inc.
    16. ARTEMP PERSONNEL SERVICES INC
    17. Avascent Canada ULC
    18. AZUR HUMAN RESOURCES LIMITED
    19. BDO Canada LLP
    20. Beyond Technologies Consulting Inc.
    21. Blue Water Sourcing Inc
    22. BOSTON CONSULTING GROUP CANADA ULC
    23. BP & M Government IM & IT Consulting Inc.
    24. Breckenhill Inc.
    25. Bridgetown Consulting Inc.
    26. Cache Computer Consulting Corp.
    27. Calian Ltd.
    28. Captiva Consulting Inc.
    29. CGI Information Systems and Management Consultants Inc.
    30. Change Group Limited
    31. CloseReach Ltd.
    32. Cloud SynApps Inc.
    33. Cofomo Inc.
    34. Colliers Project Leaders Inc.
    35. COMPUTACENTER TERAMACH INC.
    36. Confluence Consulting Inc.
    37. Connecting Humans Inc.
    38. Conoscenti Technologies Inc.
    39. Contract Community Inc.
    40. CVL INFORMATION SOLUTIONS INC.
    41. Dare Human Resources Corporation
    42. Deloitte Inc.
    43. DLS Technology Corporation
    44. Eagle Professional Resources Inc.
    45. Econ Inc.
    46. Elevated Thinking Inc.
    47. Ernst & Young LLP
    48. Etico, Inc.
    49. Excel Human Resources Inc.
    50. Fairgale Management Consulting Incorporated
    51. Foursight Consulting Group Inc.
    52. GCSTRATEGIES INCORPORATED
    53. GEF Consulting Inc.
    54. Gelder, Gingras & Associates Inc.
    55. GovInsights Consulting Inc.
    56. Groupe Intersol Group Ltee.
    57. GSI International Consulting Inc.
    58. HDR Corporation
    59. Holonics Inc.
    60. HubSpoke Inc.
    61. Human Contact Inc.
    62. I4C INFORMATION TECHNOLOGY CONSULTING INC
    63. IBISKA Telecom Inc.
    64. IDEActio inc
    65. IDS Systems Consultants Inc.
    66. iFathom Corporation
    67. IFSD Advisors Ltd.
    68. InfoMagnetics Technologies Corporation (IMT)
    69. Information Management and Technology Consultants Inc.
    70. Innovitech inc.
    71. Integra Networks Corporation
    72. IPSS INC.
    73. IT/Net - Ottawa Inc.
    74. KPMG LLP
    75. Le Groupe Conseil Bronson Consulting Group
    76. Lean Agility Inc.
    77. Leo-Pisces Services Group Inc.
    78. Les Enterprises Norleaf Networks Inc.
    79. Leverage Technology Resources Inc.
    80. Levio Conseils Inc.
    81. Lightning Tree Consulting Inc.
    82. MAKWA Resourcing Inc.
    83. Malarsoft Technology Corporation
    84. Maplefox Projects Inc.
    85. Maplesoft Consulting Inc.
    86. Maverin Business Services Inc.
    87. MaxSys Staffing & Consulting Inc.
    88. MDOS CONSULTING INC.
    89. Messa Computing Inc.
    90. MGIS Inc.
    91. Michael Wager Consulting Inc.
    92. Mindstream Training Center and Professional Services Bureau, Inc
    93. Mindwire Systems Ltd.
    94. MNP LLP
    95. Mobile Resource Group Inc
    96. Modis Canada Inc
    97. Myticas Consulting Inc.
    98. NATTIQ INC.
    99. Naut'sa mawt Resources Group, Inc.
    100. Newfound Recruiting Corporation
    101. NewLeaf Performance Inc.
    102. Niewe Technology and Consulting Ltd.
    103. Nortak Software Ltd.
    104. Olav Consulting Corp
    105. OpenFrame Technologies, Inc.
    106. Optimus SBR Inc.
    107. Orangutech Inc.
    108. Orbis Risk Consulting Inc.
    109. Otus Strategic Financial Business Planning Group
    110. Performance Management Network Inc.
    111. PGF Consultants Inc.
    112. Pleiad Canada Inc.
    113. PRECISIONERP INCORPORATED
    114. Pricewaterhouse Coopers LLP
    115. Procom Consultants Group Ltd.
    116. Prologic Systems Ltd.
    117. Promaxis Systems Inc
    118. Prompta Inc.
    119. Protak Consulting Group Inc.
    120. ProVision IT Resources Ltd.
    121. QA CONSULTANTS INC.
    122. QATALYST RESEARCH GROUP INC.
    123. QMR Staffing Solutions Incorporated
    124. Quallium Corporation
    125. Quantum Management Services Limited / Les services de gestion Quantum Limitée
    126. Randstad Interim Inc.
    127. Raymond Chabot Grant Thornton Consulting Inc.
    128. RealIT Management Inc.
    129. S.I. SYSTEMS ULC
    130. Samson & Associés CPA/Consultation Inc
    131. SETYM International inc.
    132. Sierra Systems Group Inc.
    133. Space Strategies Consulting Ltd
    134. SpaceWerx Corporation
    135. SRA Staffing Solutions Ltd.
    136. Strategic Relationships Solutions Inc.
    137. StrategyCorp Inc.
    138. Sundiata Warren Group Inc.
    139. Symbiotic Group Inc.
    140. Systemscope Inc.
    141. T.E.S. Contract Services INC.
    142. T.I.7 Inc.
    143. TAG HR The Associates Group Inc.
    144. TDV Global inc.
    145. Technomics, Incorporated
    146. TECSIS Corporation
    147. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    148. The AIM Group Inc.
    149. The Avascent Group, Ltd.
    150. The Devon Group Ltd.
    151. The Halifax Computer Consulting Group Inc.
    152. THE LANSDOWNE CONSULTING GROUP INC.
    153. The Right Door Consulting & Solutions Incorporated
    154. The VCAN Group Inc.
    155. Thinkpoint Inc.
    156. Thomas&Schmidt Inc.
    157. TPG Technology Consulting Ltd.
    158. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    159. Tricon Solutions Inc
    160. TRM Technologies Inc.
    161. Tundra Technical Solutions Inc
    162. Valcom Consulting group Inc.
    163. Valency Inc
    164. Yoush Inc.

    However, SA holders not invited to bid who wish to do so may, no later than five (5) 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:

    The Department of National Defence (DND) requires the services of one (1) Senior Project Leader/Executive and up to three (3) Senior Business Analysts to assess how much the sustainment of CH-148 Maritime Helicopter fleet should cost and must develop a CH-148 Cyclone Helicopter strategy for negotiations with the ISS supplier, as well as cost the various options as they are negotiated.

    It is intended to result in the award of one (1) contract for one (1) year, plus two (2) one-year irrevocable options, allowing Canada to extend the term of the contract.

    Level of Security Requirement:

    Company Minimum Security Level Required: RELIABILITY

    Resource Minimum Security Level Required: RELIABILITY

    Applicable Trade Agreements:

    1. Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    2. World Trade Organization–Agreement on Government Procurement (WTO-GPA)
    3. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    4. Canadian Free Trade Agreement (CFTA)
    5. Canada–Peru Free Trade Agreement
    6. Canada–Panama Free Trade Agreement
    7. Canada–Colombia Free Trade Agreement
    8. Canada–Korea Free Trade Agreement
    9. Canada-Chile Free Trade Agreement
    10. Canada-Ukraine Free Trade Agreement
    11. Canada-Honduras Free Trade Agreement

    Associated Documents:

    The 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 (Tender opportunities | CanadaBuys).

    Proposed period of contract:

    The proposed period of contract(s) shall be from Date of Contract to the date specified at contract award, followed by two (2) option periods of one (1) year each.

    Estimated Level of Effort:

    Initial Contract Period:

    The estimated level of effort of the initial contract period for each resource will be for 220 days.

    Option Periods:

    The estimated level of effort for the option periods for each resource will be for 220 days per year if DND decides to exercise this option.

    File Number: W8485-TSPS2024-09/A

    Contracting Authority: Daniel Guindon, A/DAP 9-5

    E-Mail: Daniel.Guindon2@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)

    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
    Daniel Guindon
    Phone
    Email
    Daniel.Guindon2@forces.gc.ca
    Address

    101 Colonel by Drive

    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
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: