TASK BASED - (TSPS) SUPPLY ARRANGEMENT REQUIREMENT FOR QUALIFIED TSPS SA HOLDERS -E60ZN-090002

Solicitation number DND-13/0005260

Publication date

Closing date and time 2013/07/12 14:00 EDT

Last amendment date


    Description
    File No. DND-13/0005260 – TIER 1 (< $2M)
    
    NOTICE OF PROPOSED PROCUREMENT
    
    TASK BASED - (TSPS) SUPPLY ARRANGEMENT REQUIREMENT FOR QUALIFIED TSPS SA HOLDERS -E60ZN-090002  
    
    This requirement is only open to companies resulting from the Search Results of Tier 1, Level 3 Project Manager in the Project Management Services Class with a Security Level for TOP SECRET in the National Capital Region:
    
    1	Adecco Employment Services Limited/Services de placement Adecco Limited
    
    2	ADGA Group Consultants Inc.
    
    3	ADRM Technology Consulting Group Corp.
    
    4	AMITA Corporation
    
    5	Amtek Engineering services Ltd.
    
    6	APS-Antian Professional Services Inc.
    
    7	Calian Ltd.
    
    8	CGI Information Systems and Management Consultants Inc.
    
    9	Conoscenti Technologies Inc.
    
    10	Coradix technology Consulting Ltd.
    
    11	Dessau Inc.
    
    12	Esper Consulting Inc.
    
    13	Excel Human Resources Inc.
    
    14	Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    
    15	Helm's Deep Consulting Corp.
    
    16	IBISKA Telecom Inc.
    
    17	IBM Canada Ltd.
    
    18	IT/Net - Ottawa Inc.
    
    19	Lansdowne Technologies Inc.
    
    20	Maplesoft Consulting Inc.
    
    21	Michael Wager Consulting Inc.
    
    22	Modis Canada Inc
    
    23	Nortak Software Ltd.
    
    24	NRNS Incorporated
    
    25	Phirelight E-Business Solutions Inc.
    
    26	Proex Inc.
    
    27	Prologic Systems Ltd.
    
    28	Promaxis Systems Inc
    
    29	Quallium Corporation
    
    30	Somos Consulting Group Ltd.
    
    31	Systemscope Inc.
    
    32	The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    
    33	The Devon Group Ltd.
    
    34	The Halifax Group Inc.
    
    35	Tiree Facility Solutions Inc.
    
    36	TRM Technologies Inc.
    
    37	Valcom Consulting group Inc.
    
    38	Zylog Systems (Ottawa) Ltd.
    
    39	Veritaaq Techology House Inc.
    40	Colligo Consulting Incorporated
    
    
    This requirement is for the department of: Department of National Defence (DND) 
    
    This requirement is for TSPS Class(es):
     
    o	Project Management Services Class
    
    For the services of:
    
    Number of Resources	Consultant Category	Level of Experience
    1	                              Project Manager	   3
    
    No. of Contracts: One Contract to be awarded.
    
    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 GETS IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed:
    
    Region: National Capital Region
    Specific Location: LSTL building, 555 Boulevard de la Carrière, Gatineau, QC J8Y 6V7
    
    Security Requirement:
    
    SRCL: Custom
    Resource clearance level: TOP SECRET
    Facility clearance level: FSC – TOP SECRET
    
    Inquiries: Inquiries regarding this RFP requirement must be submitted to the DND POC:
    
    File Number:	DND-13/0005260
    DND POC:	Sarada Dutta		
    Email:		sarada.dutta@forces.gc.ca 
    
    Department of National Defence (DND) requires the services of one (1) Level 3 Project Manager under the Project Management Services Class. The period of the Contract will be from 02 August 2013 to 01 August 2014 inclusive with the irrevocable option to extend the term of the Contract by up to two (2) additional one (1) year option periods under the same conditions. 
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: The Task- and Solutions-Based Professional Services (TSPS) Method of Supply is refreshed on an annual basis. If you wish to find out how you can become a “Qualified SA Holder” and/or to obtain additional information regarding the TSPS vehicle, please contact PWGSC at spts.tsps@tpsgc-pwgsc.gc.ca.

    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-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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, K1A0K2
    Canada
    Contracting authority
    Dutta, Sarada
    Phone
    819-997-3270

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: