NPP – W8486-249631/A – TSPS SA – One (1) Junior Project Administrator

Solicitation number W8486-249631/A

Publication date

Closing date and time 2024/09/10 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-249631/A
    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Junior Project Administrator Stream 3.1, Project Management Services Stream. The intent of this solicitation is to establish one (1) Contract for three (3) initial one year periods, with the option to extend the term of the Contract by up to two (2) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the CanadaBuys Tender Management Application (https://canadabuys.canada.ca).

    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 TSPS please contact Public Works and Government Services Canada (PWGSC).

    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 CanadaBuys Tender Management Application website at: https://canadabuys.canada.ca/en/about-us/news-and-events/transition-can…

    List of Pre-Qualified Suppliers:

    This requirement is open the following suppliers who qualified under the stated consultant stream, region and tier:
    1649240 Ontario Ltd

    4165047 Canada Inc.

    4Forward Inc.

    7792395 Canada Inc.

    8005931 Canada Inc

    9149481 Canada Inc.

    9345540 CANADA INC

    9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.

    9468269 Canada Corp.

    A Hundred Answers Inc.

    A. Net Solutions Inc.

    Aboriginal Employment Services Inc.

    Accenture Inc.

    Access Corporate Technologies Inc.

    ACF Associates Inc.

    Acosys Consulting Services Inc.

    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE

    Action Personnel of Ottawa-Hull Ltd

    ADAPTOVATE Inc

    Adecco Employment Services Limited/Services de placement Adecco Limited

    ADGA Group Consultants Inc.

    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Aequum Global Access Inc

    Akkodis Canada Inc.

    Aligned Si Corp

    ALITHYA CANADA INC

    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV

    ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE

    Altis Recruitment & Technology Inc.

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Amyantek Inc

    Appian Corporation

    Archipelago Alliance Inc.

    ARTEMP PERSONNEL SERVICES INC

    Arup Canada Inc.

    AZUR HUMAN RESOURCES LIMITED

    BDO Canada LLP

    Bevertec CST Inc.

    Beyond Technologies Consulting Inc.

    BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES INTEGREES CANADA S.E.C.

    Blue Water Sourcing Inc

    BP & M Government IM & IT Consulting Inc.

    BRING Management Solutions Inc.

    Cache Computer Consulting Corp.

    Calian Ltd.

    CGI Information Systems and Management Consultants Inc.

    CHANT LIMITED

    CIMA+ S.E.N.C.

    Cistech Limited

    Cistel Technology Inc.

    CloseReach Ltd.

    Cofomo Inc.

    COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC.

    COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC., Tiree Facility Solutions Inc. in Joint Venture

    COLLIGO CONSULTING INCORPORATED

    COMPUTACENTER CANADA INC.

    Confluence Consulting Inc.

    Conoscenti Technologies Inc.

    Contract Community Inc.

    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    CPCS Transcom Limited

    CSI CONSULTING INC., J&M GROUP INC. IN JOINT VENTURE

    CVL INFORMATION SOLUTIONS INC.

    Dare Human Resources Corporation

    Decasult Inc.

    Deloitte Inc.

    DLS Technology Corporation

    Donna Cona Inc.

    Durivage Management Solutions Limited

    Elevated Thinking Inc.

    ERM Consultants Canada Ltd.

    Ernst & Young LLP

    Etico, Inc.

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    EXPERIS CANADA INC.

    Fast Track Staffing, 49 Solutions in Joint Venture

    Fiscal Realities Economists Ltd.

    Fleetway Inc.

    Foursight Consulting Group Inc.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    Gartner Canada Co.

    GEF Consulting Inc.

    Gelder, Gingras & Associates Inc.

    Goss Gilroy Inc.

    GSI International Consulting Inc.

    Holonics Inc.

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBISKA Telecom Inc.

    iFathom Corporation

    Indigenous Advancement Partnerships Inc., Calian Ltd. in Joint Venture

    Infinite Outsourcing Solutions Inc.

    inRound Innovations Inc., Radar Solutions Inc. and Munroe Technologies Inc. in Joint Venture

    Intelan Consulting Inc.

    InterGroup Consultants Ltd

    IPSS INC.

    IT/Net - Ottawa Inc.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture

    Jumping Elephants Incorporated

    Juno Risk Solutions Incorporated

    KPMG LLP

    Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE

    Le Groupe Conseil Bronson Consulting Group

    Lean Agility Inc.

    Leo-Pisces Services Group Inc.

    Les Enterprises Norleaf Networks Inc.

    Leverage Technology Resources Inc.

    Levio Conseils Inc.

    Lightning Tree Consulting Inc.

    Louis Tanguay Informatique Inc.

    Macogep inc.

    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    Malarsoft Technology Corporation

    Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture

    Maplefox Projects Inc.

    Maplesoft Consulting Inc.

    Mason Clark Group Inc.

    Maverin Business Services Inc.

    Maverin Inc.

    MaxSys Staffing & Consulting Inc.

    MDOS CONSULTING INC.

    Messa Computing Inc.

    MGIS Inc.

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    Mindstream Training Center and Professional Services Bureau, Inc

    Mindwire Systems Ltd.

    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture

    MNP LLP

    Mobile Resource Group Inc

    NATTIQ Inc, Vision XRM Inc. XRM Vision Inc , in Joint Venture

    NATTIQ INC.

    NavPoint Consulting Group Inc.

    Neon Solns Inc.

    Newfound Recruiting Corporation

    Niewe Technology and Consulting Ltd.

    Nisha Technologies Inc.

    NIVA Inc

    Nortak Software Ltd.

    OGGN Inc.

    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE

    Oliver Wyman Government Services ULC

    OpenFrame Technologies, Inc.

    Optimus SBR Inc.

    OPUS LEADERS INC.

    Orangutech Inc.

    Orbis Risk Consulting Inc.

    OXARO INC.

    Paragon Digital Consulting, Inc.

    PCUBED CANADA INC.

    Performance Management Network Inc.

    PGF Consultants Inc.

    PISCES RESEARCH PROJECT MANAGEMENT INC.

    Pleiad Canada Inc.

    Portage Personnel Inc.

    Posterity Group Consulting Inc,

    PRECISIONERP INCORPORATED

    Pricewaterhouse Coopers LLP

    Primex Project Management Limited

    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture

    Procom Consultants Group Ltd.

    Prologic Systems Ltd.

    Promaxis Systems Inc

    Prompta Inc.

    Protak Consulting Group Inc.

    Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture

    Public Policy Forum / Forum des politiques publiques

    QA CONSULTANTS INC.

    QATALYST RESEARCH GROUP INC.

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Quantum Management Services Limited / Les services de gestion Quantum Limitée

    Quarry Consulting Inc.

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Reticle Ventures Canada Incorporated

    Revay and Associates Limited

    RHEA INC.

    Rider Levett Bucknall (Canada) Ltd.

    Risk Sciences International Inc.

    Robertson & Company Ltd.

    Rodon Emergency Management Inc.

    Run Straight Consulting Ltd

    S.I. SYSTEMS ULC

    Samson & Associés CPA/Consultation Inc

    Scalian Inc.

    SEASI Consulting Inc.

    SÉLECT GLOBAL INTERNATIONAL LTÉE.

    Serco Canada Marine Corporation

    Sia Partners Inc. / Sia Partenaires Inc.

    Sierra Systems Group Inc.

    Skyfly Solutions Inc., iFathom Corp in Joint Venture

    SoftSim Technologies Inc.

    Space Strategies Consulting Ltd

    Spearhead Management Canada Ltd.

    SRA Staffing Solutions Ltd.

    Stiff Sentences Incorporated

    Stratégia conseil inc

    Strategic Relationships Solutions Inc.

    Sundiata Warren Group Inc.

    Superheroes Academy Inc.

    Symbiotic Group Inc.

    SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE

    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.

    Systemscope Inc.

    T.E.S. Contract Services INC.

    T.I.7 Inc.

    T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture

    Talent Transformation Group Inc

    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture

    TDV Global inc.

    Tech4soft Inc.

    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture

    Technomics, Incorporated

    TECSIS Corporation

    TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    The AIM Group Inc.

    The Barrington Consulting Group Inc.

    The Halifax Computer Consulting Group Inc.

    THE LANSDOWNE CONSULTING GROUP INC.

    The Right Door Consulting & Solutions Incorporated

    The VCAN Group Inc.

    ThinkData Works Inc

    Thomas&Schmidt Inc.

    Tiree Facility Solutions Inc.

    TOTAL OUTSOURCE CANADA, INC.

    TPG Technology Consulting Ltd.

    Tricon Solutions Inc

    TRM Technologies Inc.

    Tundra Technical Solutions Inc

    Turtle Island Staffing Inc.

    Valcom Consulting group Inc.

    WSP Canada Inc.

    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Yoush Inc.

    Zernam Enterprise Inc

    ZW Project Management Inc.

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Secret.
    Security Level required (Document Safeguarding): None
    Citizen Restriction: N/A
    FOCI Review: None

    For additional information, consult Part 6 - Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work:

    Region: National Capital Region

    Specific Location: 45 Sacré-Cour, Gatineau, Quebec

    BIDDERS' INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Jennifer Ouellet
    Email: jennifer.ouellet2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Contract duration

    The estimated contract period will be 36 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
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By Dr

    Ottawa, ON, K1A0K2
    Canada
    Contracting authority
    Jennifer Ouellet
    Phone
    (343) 598-1547
    Email
    jennifer.ouellet2@forces.gc.ca
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Contract duration
    36 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.