One (1) 5.16 Life Cycle Management Specialist, Level 2
Solicitation number W6369-23-X023/C
Publication date
Closing date and time 2023/12/12 14:00 EST
Last amendment date
Description
Task Based Professional Services (TSPS) Requirement
This requirement is for the Department of National Defence (DND).
This bid solicitation cancels and supersedes previous bid solicitation number W6369-23-X023/B dated 2023-05-12 with a closing of 2023-06-06.
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:
5.16 Life Cycle Management Specialist, Level 2
The following SA Holders have been invited to submit a proposal.
7351933 Canada Inc
9468269 Canada Corp.
ACF Associates Inc.
ADGA Group Consultants Inc.
Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
Akkodis Canada Inc.
Altis Recruitment & Technology Inc.
Calian Ltd.
Deloitte Inc.
Fleetway Inc.
IPSS INC.
L-3 Technologies MAS Inc.
Maverin Business Services Inc.
MaxSys Staffing & Consulting Inc.
Norda Stelo Inc.
Olav Consulting Corp
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
Platinum Technologies Inc.
Procom Consultants Group Ltd.
Promaxis Systems Inc
Reticle Ventures Canada Incorporated
SoftSim Technologies Inc.
T.E.S. Contract Services INC.
T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
Technomics, Incorporated
The AIM Group Inc.
THE SOURCE STAFFING SOLUTIONS INC.
Thomas&Schmidt Inc.
Tiree Facility Solutions Inc.
V42 Management Consulting, Inc.
Valcom Consulting group Inc.
Description of the Requirement:
DND has a requirement for Task Based Professional Services, specifically one (1) Intermediate Life Cycle Management Specialist (LCMS) under Stream 5, Technical Engineering and Maintenance Services [TEMS] to provide quality assurance related activities and on-site management support for the repair and overhaul or manufacturing of military components, equipment and systems. 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:
Secret
Applicable Trade Agreements:
This procurement is subject to the following trade agreements: Canadian Free Trade Agreement (CFTA), Canada - Chile Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Colombia Free; Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada–Panama Free trade agreement, Canada - Peru Free Trade Agreement, Canada–Ukraine Free trade agreement, and World Trade Organization–Agreement on Government Procurement (WTO-GPA).
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://canadabuys.canada.ca).
Proposed Period of Contract:
The proposed period of contract shall be from date of contract award to one year later.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 240 days.
File Number: W6369-23-X023/C
Contracting Authority: Jeremy Quattrocchi
E-Mail: Jeremy.Quattrocchi@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
-
North American Free Trade Agreement (NAFTA)
-
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
-
National Defence
- Address
-
101 Colonel By Drive
Ottawa, Ontario, K1A 0K2Canada
- Contracting authority
- Jeremy Quattrocchi
- Phone
- (343) 598-2155
- Email
- Jeremy.Quattrocchi@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.