Shipborne Weapons Life Cycle Management Specialists, Level 2&3

Solicitation number W8482-264482/A

Publication date

Closing date and time 2026/03/11 14:00 EDT

Last amendment date


    Description

    The Solicitation closing date has been amended to close on 11 March 2026.
    ____________________________________________________________________________________________________________________________________________________
    This requirement is for: 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) under the stated consultant category, region, level of expertise for the following category: Stream 3. Project management services stream:
    • One (1) 5.16 Life Cycle Management Specialists - Senior
    • Two (2) 5.16 Life Cycle Management Specialists - Intermediate
    The requirement is intended to result in the award of up to three (3) contracts.

    The following SA Holders have been invited to submit a proposal:
    List invited vendors:
    1. ADGA Group Consultants Inc.
    2. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3. Altis Recruitment & Technology Inc.
    4. Calian Ltd.
    5. Deloitte Inc.
    6. IPSS INC.
    7. Lengkeek Vessel Engineering Inc.
    8. MaxSys Staffing & Consulting Inc.
    9. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORTATIO, IN JOINT VENTURE
    10. Pennant Canada Limited
    11. Procom Consultants Group Ltd.
    12. Prologic Systems Ltd.
    13. Promaxis Systems Inc.
    14. Thomas&Schmidt Inc.
    15. V42 Management Consulting Inc

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

    This bid solicitation is being issued to satisfy the recurring requirement for the provision of Life Cycle Management Specialists (LCMS) services, specifically one (1) 5.16 Senior Life Cycle Management Specialist and two (2) 5.16 Intermediate Life Cycle Management Specialists. These LCMS will support MSC 7 with a variety of tasks including, but not limited to, conducting technical studies, evaluating and making recommendations, and investigating queries on shipborne weapon systems.

    Security:

    There is security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial 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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

    Applicable Trade Agreements:

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

    Proposed period of contract:
    The proposed period of contract will be from the date of Contract Award to 31 March 2031 inclusive.

    Estimated Level of Effort:

    The estimated level of effort of the contract period will be 1,200 days for each of the resource.

    File Number: W8482-264482/A

    Contracting Authority: Daniel Alex, D Mar P 3-3-5-3

    E-Mail: DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
    Inquiries:

    Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    Debriefings:

    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or via MS Teams.

    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 60 month(s), with a proposed start date of 2026/04/01.

    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)

    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 (DND)
    Address

    101 Colonel By

    Ottawa, Ontario , K1A 0K2
    Canada
    Contracting authority
    Daniel Alex
    Email
    DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
    Address

    101 Colonel By

    Ottawa, Ontario, K1A 0K2
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    National Capital Region (NCR)
    Region of opportunity
    Remote Offsite
    Contract duration
    60 month(s)
    Procurement method
    Competitive - Traditional
    Selection criteria
    Lowest Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.