TASK BASED PROFESSIONAL SERVICES - TSPS REQUIREMENT

Solicitation number E60ZN-090002

Publication date

Closing date and time 2013/07/26 14:00 EDT


    Description
    This requirement is for: Public Safety Canada
    
    This requirement is for Business Consulting / Change Management Class for the services of:
    
    Business Continuity Consultant resource(s), Level 1  and Level 3
    
    This requirement is open to the following companies who qualified under the stated consultant category, security level, region and tier:
    
    
    
    
    168446 Canada Inc.
     
    175213 Canada Inc.
     
    4Plan Consulting Corp.
     
    529040 ONTARIO INC and 880382 ONTARIO INC
     
    A Hundred Answers Inc.
     
    A. Net Solutions
     
    Accenture Inc.
     
    ACF Associates Inc.
     
    Action Personnel of Ottawa-Hull Ltd
     
    ADGA Group Consultants Inc.
     
    ADRM Technology Consulting Group Corp.
     
    ADRM Technology Consulting Group Corp. / Randstad Interim Inc.
     
    Alithis Services-Conseils Inc.
     
    Altis Human Resources (Ottawa) Inc.
     
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
     
    APS-Antian Professional Services Inc.
     
    ARTEMP PERSONNEL SERVICES INC
     
    Boeing Canada Operations Ltd.
     
    Bridgetown Consulting Inc.
     
    CAE Inc.
     
    Calian Ltd.
     
    CGI Information Systems and Management Consultants Inc.
     
    Cistel Technology Inc.
     
    Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE
     
    Colin Lindsay Development Corporation
     
    CompuAids Inc. o/a Enterprise Systems and Solutions Group
     
    Confluence Consulting Inc.
     
    Conoscenti Technologies Inc.
     
    Contract Community Inc.
     
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
     
    Coradix technology Consulting Ltd.
     
    CoreTracks Inc.
     
    CPCS Transcom Limited
     
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
     
    Dare Human Resources Corporation
     
    Eagle Professional Resources Inc.
     
    Excel Human Resources Inc.
     
    Foursight Consulting Group Inc.
     
    FoxRed Consulting Inc.
     
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
     
    GetITExperT Inc. / AcquIerTExperT Inc.
     
    Groupe Alithis Inc.
     
    HDP Group Inc
     
    Helm's Deep Consulting Corp.
     
    I4C INFORMATION TECHNOLOGY CONSULTING INC
     
    IBISKA Telecom Inc.
     
    IBM Canada Ltd.
     
    Icegate Solutions Inc.
     
    InfoMagnetics Technologies Corporation (IMT)
     
    Information Management and Technology Consultants Inc.
     
    Interis Consulting Inc.
     
    IT Services Canada Inc.
     
    IT/Net - Ottawa Inc.
     
    Kelly Sears Consulting Group
     
    KPMG LLP
     
    Lannick Contract Solutions Inc.
     
    Lansdowne Technologies Inc.
     
    Le Groupe Conseil Bronson Consulting Group
     
    Leverage Technology Resources Inc.
     
    LNW Consulting Inc
     
    Lumina IT inc.
     
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
     
    Manpower Services Canada Ltd.
     
    MDOS CONSULTING INC.
     
    MGIS Inc, B.D.M.K. Consultants Inc.
     
    MGIS Inc.
     
    MHPM Project Managers Inc.
     
    Michael Wager Consulting Inc.
     
    Modis Canada Inc
     
    NavPoint Consulting Group Inc.
     
    NRNS Incorporated
     
    Orbis Risk Consulting Inc.
     
    Perram Consulting Inc.
     
    Phirelight Security Solutions Inc.
     
    Pleiad Canada Inc.
     
    PPI Consulting Limited
     
    Pricewaterhouse Coopers LLP
     
    Primexx Ventures Inc., Alejandra Carrillo in JV
     
    Procom Consultants Group Ltd and StoneShare Services Inc, in Joint Venture
     
    Prologic Systems Ltd.
     
    ProVision IT Resources Ltd.
     
    QMR Staffing Solutions Incorporated
     
    Quallium Corporation
     
    RainMakers Consulting Services Inc
     
    Randstad Interim Incorporated
     
    Raymond Chabot Grant Thornton Consulting Inc.
     
    Robert Half Canada Inc.
     
    S.i. Systems Ltd.
     
    Sierra Systems Group Inc.
     
    Somos Consulting Group Ltd.
     
    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
     
    Systemscope Inc.
     
    Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
     
    TAG HR The Associates Group Inc.
     
    TDV Global inc.
     
    The AIM Group Inc.
     
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
     
    The Corporate Research Group Ltd.
     
    The Strategic Review Group Inc.
     
    TRM Technologies Inc.
     
    Turtle Technologies Inc.
     
    Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture
     
    Yoush Inc.
     
    Zylog Systems (Ottawa) Ltd.
     
    
     
    
     
    
    
    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 BuyandSell IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS.
    
    Location of work to be performed: National Capital Region
    
    Security Requirement:
    
    SRCL#18
    Supplier Security Clearance: Secret
    
    Inquiries regarding this RFP requirement are to be submitted, in writing, to the Contracting Authority listed below:
    
    File Number: 201303438
    Contracting Officer: Krystal Rockburn
    Phone Number: 613-949-9921
    Fax Number: 819-954-1871
    Email: contracting@ps-sp.gc.ca 
    
    
    
     
    
    Canada is seeking to establish a contract for Business Continuity Consultants for Business Impact Analysis as defined in Annex "A", Statement of Work, for approximately eight months (ending March 31 2014) for Public Safety Canada.
    
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: Task-Based Professional Services (TSPS) Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact spts.TSPS@tpsgc-pwgsc/gc.ca.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • 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
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Krystal Rockburn
    Address
    269, avenue Laurier Ouest
    Ottawa, (ON), K1A 0P8
    CA

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    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 Information
    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: