One (1) Project Leader/Executive - Senior

Solicitation number W8485-TSPS2025-01

Publication date

Closing date and time 2024/07/05 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement.
    TASK BASED E60ZT-18TSPS, PROFESSIONAL SERVICES REQUIREMENT
    FILE NUMBER: W8485-TSPS2025-01
    TIER 1 (< $3.75M)

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

    This requirement is for the:

    - Stream 3: Project Management Services

    for the services of:

    - One (1) 3.3: Project Leader/Executive, Senior

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years, plus three (3) irrevocable option years allowing Canada to extend the term of the Contract.
    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), 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/en/tender-opportunities).
    Location of Work to be Performed
    Region(s): Saguenay–Lac-Saint-Jean region
    Specific Location(s): 3 Wing Bagotville - Chem. des Aviateurs, Saguenay, QC G0V 1A0

    Security Requirement
    Security Requirements Check List: Common PS SRCL #20
    Supplier Security Clearance required: FSC - Secret
    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:
    The estimated level of effort of the contract will be for 240 days per year.
    Estimated time frame of contract – 1 August 2024 to 31 July 2026 plus three (3) irrevocable option years.
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.
    File Number: W8485-TSPS2025-01
    DND POC: Khan Check
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Defence of Canada Fighter Infrastructure (DCFI) Project, within the Department of National
    Defence (DND) is seeking One (1) Project Leader/Executive – Senior to support the Future Fighter Capability Project (FFCP) Implementation phase and assist government executives in defining the scope, deliverables and implementation conditions related to the introduction to service of the F-35A.
    Documents may be submitted in either official language of Canada.

    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) at: spts.tsps@tpsgc-pwgsc.gc.ca.

    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 Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca….
    List of Pre-Qualified Suppliers

    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:

    1. 1019837 Ontario Inc.
    2. 4165047 Canada Inc.
    3. 4Plan Consulting Corp.
    4. 7792395 Canada Inc.
    5. 8005931 Canada Inc
    6. 8513929 Canada Inc.
    7. 9149481 Canada Inc.
    8. 9468269 Canada Corp.
    9. A Hundred Answers Inc.
    10. A. Net Solutions Inc.
    11. Accenture Inc.
    12. Accurate Design & Communication Inc.
    13. ACF Associates Inc.
    14. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    15. Action Personnel of Ottawa-Hull Ltd
    16. ADAPTOVATE Inc
    17. Adecco Employment Services Limited/Services de placement Adecco Limited
    18. ADGA Group Consultants Inc.
    19. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    20. ADRM Technology Consulting Group Corp.
    21. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    22. Akkodis Canada Inc.
    23. ALINEA INTERNATIONAL LTD.
    24. ALITHYA CANADA INC
    25. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    26. ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    27. Altis Recruitment & Technology Inc.
    28. ALTRUISTIC INFORMATICS CONSULTING INC.
    29. Amyantek Inc
    30. Appian Corporation
    31. ARTEMP PERSONNEL SERVICES INC
    32. AZUR HUMAN RESOURCES LIMITED
    33. BDO Canada LLP
    34. Bevertec CST Inc.
    35. Beyond Technologies Consulting Inc.
    36. BGIS GLOBAL INTEGRATED SOLUTIONS CANADA LP/BGIS SOLUTIONS GLOBALES INTEGREES CANADA S.E.C.
    37. Blue Water Sourcing Inc
    38. BOYDEN ONTARIO INC.
    39. BP & M Government IM & IT Consulting Inc.
    40. Bridgetown Consulting Inc.
    41. BRING Management Solutions Inc.
    42. BRYCA Solutions Inc.
    43. BurntEdge Incorporated
    44. Cache Computer Consulting Corp.
    45. Calian Ltd.
    46. Captiva Consulting Inc.
    47. CGI Information Systems and Management Consultants Inc.
    48. Cistel Technology Inc.
    49. CloseReach Ltd.
    50. Cofomo Inc.
    51. Colliers Project Leaders Inc.
    52. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    53. COMPUTACENTER CANADA INC.
    54. Comtech Group Inc.
    55. Confluence Consulting Inc.
    56. Connecting Humans Inc.
    57. Conoscenti Technologies Inc.
    58. Contract Community Inc.
    59. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    60. CPCS Transcom Limited
    61. CVL INFORMATION SOLUTIONS INC.
    62. Dare Human Resources Corporation
    63. Deloitte Inc.
    64. DLS Technology Corporation
    65. Donna Cona Inc.
    66. Doreen M Wong
    67. Durivage Management Solutions Limited
    68. Eagle Professional Resources Inc.
    69. Eclipsys Solutions Inc
    70. Econ Inc.
    71. Elevated Thinking Inc.
    72. Ernst & Young LLP
    73. Etico, Inc.
    74. EXPERIS CANADA INC.
    75. Fifalde Consulting Inc.
    76. Fleetway Inc.
    77. Foursight Consulting Group Inc.
    78. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    79. Gartner Canada Co.
    80. GEF Consulting Inc.
    81. Goldstein-Victorova Solutions & Consulting Inc.
    82. Groupe Intersol Group Ltee.
    83. GSI International Consulting Inc.
    84. Holonics Inc.
    85. I4C INFORMATION TECHNOLOGY CONSULTING INC
    86. IBISKA Telecom Inc.
    87. iFathom Corporation
    88. InfoMagnetics Technologies Corporation (IMT)
    89. IPSS INC.
    90. IT/Net - Ottawa Inc.
    91. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    92. Jumping Elephants Incorporated
    93. Juno Risk Solutions Incorporated
    94. Kelly Sears Consulting Group
    95. KPMG LLP
    96. KSAR & ASSOCIATES INC
    97. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    98. Le Groupe Conseil Bronson Consulting Group
    99. Lean Agility Inc.
    100. Leo-Pisces Services Group Inc.
    101. Leverage Technology Resources Inc.
    102. Levio Conseils Inc.
    103. Lightning Tree Consulting Inc.
    104. Louis Tanguay Informatique Inc.
    105. Macogep inc.
    106. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    107. Malarsoft Technology Corporation
    108. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture
    109. Maplesoft Consulting Inc.
    110. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    111. Maverin Inc.
    112. MaxSys Staffing & Consulting Inc.
    113. MDOS CONSULTING INC.
    114. Messa Computing Inc.
    115. MGIS Inc.
    116. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    117. Michael Wager Consulting Inc.
    118. Mindstream Training Center and Professional Services Bureau, Inc
    119. Mindwire Systems Ltd.
    120. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    121. MNP LLP
    122. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    123. Myticas Consulting Inc.
    124. NATTIQ INC.
    125. NavPoint Consulting Group Inc.
    126. Newfound Recruiting Corporation
    127. Niewe Technology and Consulting Ltd.
    128. Nisha Technologies Inc.
    129. NIVA Inc
    130. Nortak Software Ltd.
    131. OGGN Inc.
    132. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    133. Oliver Wyman Government Services ULC
    134. OpenFrame Technologies, Inc.
    135. OPUS LEADERS INC.
    136. Orangutech Inc.
    137. Orbis Risk Consulting Inc.
    138. Parriag Group Inc and Atlantic Evaluation Group
    139. Performance Management Network Inc.
    140. PGF Consultants Inc.
    141. PISCES RESEARCH PROJECT MANAGEMENT INC.
    142. Portage Personnel Inc.
    143. Posterity Group Consulting Inc,
    144. PRECISIONERP INCORPORATED
    145. Pricewaterhouse Coopers LLP
    146. PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
    147. Procom Consultants Group Ltd.
    148. Prologic Systems Ltd.
    149. Promaxis Systems Inc
    150. Prompta Inc.
    151. Protak Consulting Group Inc.
    152. QA CONSULTANTS INC.
    153. QATALYST RESEARCH GROUP INC.
    154. QMR Staffing Solutions Incorporated
    155. Quallium Corporation
    156. Quarry Consulting Inc.
    157. Randstad Interim Inc.
    158. Raymond Chabot Grant Thornton Consulting Inc.
    159. Reticle Ventures Canada Incorporated
    160. Revay and Associates Limited
    161. RHEA INC.
    162. Risk Sciences International Inc.
    163. Robertson & Company Ltd.
    164. Run Straight Consulting Ltd
    165. S.I. SYSTEMS ULC
    166. Samson & Associés CPA/Consultation Inc
    167. SEASI Consulting Inc.
    168. SÉLECT GLOBAL INTERNATIONAL LTÉE.
    169. Sierra Systems Group Inc.
    170. Skyfly Solutions Inc., iFathom Corp in Joint Venture
    171. SoftSim Technologies Inc.
    172. Space Strategies Consulting Ltd
    173. Stratégia conseil inc
    174. Strategic Relationships Solutions Inc.
    175. Sundiata Warren Group Inc.
    176. Symbiotic Group Inc.
    177. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
    178. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    179. Systemscope Inc.
    180. T.E.S. Contract Services INC.
    181. T.I.7 Inc.
    182. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
    183. TAG HR The Associates Group Inc.
    184. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    185. TDV Global inc.
    186. TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    187. Technomics, Incorporated
    188. TECSIS Corporation
    189. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    190. The AIM Group Inc.
    191. THE LANSDOWNE CONSULTING GROUP INC.
    192. The Right Door Consulting & Solutions Incorporated
    193. The VCAN Group Inc.
    194. Thinkpoint Inc.
    195. Thomas&Schmidt Inc.
    196. Tiree Facility Solutions Inc.
    197. TPG Technology Consulting Ltd.
    198. TRM Technologies Inc.
    199. Tundra Technical Solutions Inc
    200. TURNER & TOWNSEND CANADA INC.
    201. Turtle Island Staffing Inc.
    202. V42 Management Consulting, Inc.
    203. Valcom Consulting group Inc.
    204. Valency Inc
    205. WSP Canada Inc.
    206. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    207. Zernam Enterprise Inc
    208. ZW Project Management Inc.

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/08/01.

    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)
    • 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
    Department Of National Defence
    Address

    101 Colonel By Dr

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Khan Check
    Phone
    (819) 939-5741
    Email
    khan.check2@forces.gc.ca
    Address

    English: 101 Colonel By Dr

    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
    Region(s) of delivery
    Saguenay
    Region of opportunity
    Saguenay
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Cost-per-Point

    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: