Project Leader / Executive - Senior
Solicitation number 201400556
Publication date
Closing date and time 2013/07/03 14:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT This requirement is only open to the following pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS). TASK BASED E60ZN-090002 PROFESSIONAL SERVICES - (TSPS) REQUIREMENT (File No. 201400556) TIER 1 (< $2M) This requirement is for the department of the Royal Canadian Mounted Police (RCMP). This requirement is for Project Management Services Class for the services of One (1) Project Leader / Executive at the SENIOR level. One (1) Contract is to be awarded. The Period of the Contract shall be from Contract Award to June 30th, 2014, with two (2) one-year option periods. 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 RFP Solutions Inc. 2 4336615 Canada Inc. and RFP Solutions Inc. joint-venture 3 Colin Lindsay Development Corporation 4 Econ Inc. 5 Stratos Inc 6 Alithis Services-Conseils Inc. 7 Pyra Management Consulting Services Inc. 8 Helm's Deep Consulting Corp. 9 Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc. 10 CIMA+ S.E.N.C. 11 The Corporate Research Group Ltd. 12 MHPM Project Managers Inc. 13 Performance Management Network Inc. 14 ACF Associates Inc. 15 Bridgetown Consulting Inc. 16 MGIS Inc. 17 Phirelight Security Solutions Inc. 18 TDV Global inc. 19 The AIM Group Inc. 20 168446 Canada Inc. 21 Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 22 Modis Canada Inc 23 Amtek Engineering services Ltd. 24 Tiree Facility Solutions Inc. 25 175213 Canada Inc. 26 Kelly Sears Consulting Group 27 Lansdowne Technologies Inc. 28 PGF Consultants Inc. 29 S.i. Systems Ltd. 30 Veritaaq Technology House Inc. 31 Auguste Solutions and Associates Inc. 32 AMITA Corporation 33 Gris Orange Consultant Inc. 34 ADGA Group Consultants Inc. 35 A. Net Solutions 36 CGI Information Systems and Management Consultants Inc. 37 Epixus Incorporated 38 MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture 39 TRM Technologies Inc. 40 1019837 Ontario Inc. 41 Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 42 Dessau Inc. 43 Nortak Software Ltd. 44 Somos Consulting Group Ltd. 45 IBISKA Telecom Inc. 46 Eagle Professional Resources Inc. 47 Calian Ltd. 48 Maplesoft Consulting Inc. 49 Raymond Chabot Grant Thornton Consulting Inc. 50 iFathom Corporation 51 Orbis Risk Consulting Inc. 52 4Plan Consulting Corp. 53 Michael Wager Consulting Inc. 54 Sierra Systems Group Inc. 55 The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada 56 Groupe Intersol Group Ltee. 57 Le Groupe Conseil Bronson Consulting Group 58 Excel Human Resources Inc. 59 Emerion 60 3755479 Canada Inc. 61 Coradix technology Consulting Ltd. 62 Altis Human Resources (Ottawa) Inc. 63 Interis Consulting Inc. 64 Quallium Corporation 65 Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture 66 IBM Canada Ltd. 67 Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 68 QMR Staffing Solutions Incorporated 69 Pleiad Canada Inc. 70 IT/Net - Ottawa Inc. 71 Pricewaterhouse Coopers LLP Request For Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT THE TENDERING SERVICE IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF RFP DOCUMENTS. Location of work to be performed: Ottawa, Ontario, Canada. Security Requirement: Security Requirements Check List (SRCL): Annex “C” – Security Requirement Checklist (SRCL), as identified in the Solicitation. Supplier Security Clearance required: The Contractor will be required to be cleared at the level of RCMP Secret as verified by the Personnel Security Unit (PSU). Inquiries regarding this RFP requirement are to be submitted to the Contracting Authority listed below: File Number: 201400556 Contracting Authority: Eric Glynn Phone Number: 613-843-5533 Fax Number: 613-825-0082 Email: eric.glynn@rcmp-grc.gc.ca The RCMP and National Headquarters – Assets Management (NHQ-AM) urgently requires a Project Leader / Executive (SENIOR) to assist with the execution of activities undertaken by the Directorate, for a period of approximately one (1) year, with a possible extension by up to two (2) one-year options. This resource will interact daily with the Director, NHQ-AM to plan and prioritize the work and to manage the approximate 250,000 m2 of space associated with the portfolio mandate. In addition, this resource will oversee the work of the eight (8) Facility Managers assigned to manage the assets within the portfolio. A significant component of this oversight function will be reviewing the Project Tracking System (i.e. a Microsoft Access based program) reports of the Facility Managers prior to approval by the Director, NHQ-AM and ensuring that all required inputs are made in the SAP (TEAM) based database. Documents may be submitted in either official language of Canada. The Task and Solutions Based Professional Services (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 review the Request for Supply Arrangement (RFSA) permanent posting that is currently available on the Government Electronic Tendering System which is accessible by referencing the following Solicitation Number(s): E60ZN-090003/C. 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/register-as-a-supplier/register-formethods-of-supply#10
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
- Contracting authority
- Glynn, Eric
- Phone
- 613-843-5533
- Fax
- 613-825-0082
- Address
-
73 Leikin Road, Building M1, 4th Floor
Mailstop #15Ottawa, ON, K1A 0R2CA
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.