Procurement Specialists, Level 2 - TSPS SA

Solicitation number W6399-14-FB43

Publication date

Closing date and time 2013/09/24 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 Based Professional Services (TSPS).
    
    TASK BASED PROFESSIONAL SERVICES REQUIREMENT - E60ZN-090002
    
    FILE NUMBER: W6399-14-FB43
    TIER 1 (< $2M)
    
    This requirement is for the department of: Department of National Defence (DND) 
    
    This requirement is for the:
    -	Project Management Services Class
    
    For the services of:
    -	Two (2) Procurement Specialists, Level 2
    
    Number of Contracts: One Contract to be awarded.
    
    Request for Proposal (RFP) documents will be e-mailed directly from the DND Contracting Authority 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://buyandsell.gc.ca/tenders).
    
    Location of Work to be Performed:
    
    Region: National Capital Region
    Specific Location: 1600 Star Top Road, Ottawa, Ontario, Canada  K1B 3W6
    
    Security Requirement
    
    SRCL: Custom
    Supplier Security Clearance required: Facility Security Clearance - Secret
    Security Level required (Document Safeguarding): None
    
    Inquiries: Inquiries regarding this RFP requirement must be submitted to the DND POC:
    
    File Number:			W6399-14-FB43
    DND Contracting Authority:	Ryan Charbonneau
    Telephone:			819-997-9489	
    Email:				Ryan.Charbonneau@forces.gc.ca 
    
    The Department of National Defence (DND) requires the services of two (2) Level 2 Procurement Specialists under the Project Management Services Class. The period of the Contract will be from Date of Contract Award to six (6) months later, with an option to extend the term of the Contract by up to one (1) additional four (4) month period under the same conditions.
    
    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-canada/register-as-a-supplier/register-to-provide-services. 
    
    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.	168446 Canada Inc.
    3.	175213 Canada Inc.
    4.	3755479 Canada Inc.
    5.	529040 ONTARIO INC and 880382 ONTARIO INC
    6.	A Hundred Answers Inc.
    7.	A. Net Solutions
    8.	Access Corporate Technologies Inc.
    9.	ACF Associates Inc.
    10.	Action Personnel of Ottawa-Hull Ltd
    11.	Adecco Employment Services Limited/Services de placement Adecco Limited
    12.	ADGA Group Consultants Inc.
    13.	Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    14.	ADRM Technology Consulting Group Corp.
    15.	ADRM Technology Consulting Group Corp. / Randstad Interim Inc.
    16.	Alika Internet Technologies Inc.
    17.	Alithis Services-Conseils Inc.
    18.	Altis Human Resources (Ottawa) Inc.
    19.	Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    20.	Amtek Engineering services Ltd.
    21.	Auguste Solutions and Associates Inc.
    22.	AZUR HUMAN RESOURCES LIMITED
    23.	BDA Real Estate Development Services Inc.
    24.	BP & M Government IM & IT Consulting Inc.
    25.	Bragelo Group Inc.
    26.	Calian Ltd.
    27.	Canadian Development Consultants International Inc.
    28.	CBRE Limited
    29.	CM Inc.
    30.	COLLIGO CONSULTING INCORPORATED
    31.	CompuAids Inc. o/a Enterprise Systems and Solutions Group
    32.	Conoscenti Technologies Inc.
    33.	Contract Community Inc.
    34.	CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    35.	Coradix technology Consulting Ltd.
    36.	CoreTracks Inc.
    37.	CPCS Transcom Limited
    38.	Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    39.	Dare Human Resources Corporation
    40.	Donna Cona Inc.
    41.	Eagle Professional Resources Inc.
    42.	Emerion
    43.	Excel Human Resources Inc.
    44.	FMC Professionals Inc.
    45.	FoxRed Consulting Inc.
    46.	Government Procurement Consultants Ltd.
    47.	Groupe Alithis Inc.
    48.	HDP Group Inc
    49.	I4C INFORMATION TECHNOLOGY CONSULTING INC
    50.	IAN MARTIN LIMITED
    51.	IBISKA Telecom Inc.
    52.	IBM Canada Ltd.
    53.	Icegate Solutions Inc.
    54.	Information Management and Technology Consultants Inc.
    55.	Interis Consulting Inc.
    56.	IT Services Canada Inc.
    57.	IT/Net - Ottawa Inc.
    58.	Lansdowne Technologies Inc.
    59.	Leverage Technology Resources Inc.
    60.	LNW Consulting Inc
    61.	Lumina IT inc.
    62.	Manpower Services Canada Ltd.
    63.	Maplesoft Consulting Inc.
    64.	MDOS CONSULTING INC.
    65.	MGIS Inc.
    66.	MHPM Project Managers Inc.
    67.	MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture
    68.	Michael Wager Consulting Inc.
    69.	Modis Canada Inc
    70.	Multi-Access Systems Ltd.
    71.	Nortak Software Ltd.
    72.	NRNS Incorporated
    73.	Orbis Risk Consulting Inc.
    74.	Performance Management Network Inc.
    75.	Perram Consulting Inc.
    76.	PGF Consultants Inc.
    77.	Phirelight Security Solutions Inc.
    78.	Pleiad Canada Inc.
    79.	Portage Personnel Inc.
    80.	PPI Consulting Limited
    81.	Primexx Ventures Inc., Alejandra Carrillo in JV
    82.	Procom Consultants Group Ltd and StoneShare Services Inc, in Joint Venture
    83.	Proex Inc.
    84.	Prologic Systems Ltd.
    85.	Promaxis Systems Inc
    86.	ProVision IT Resources Ltd.
    87.	QMR Staffing Solutions Incorporated
    88.	Quallium Corporation
    89.	Randstad Interim Incorporated
    90.	Robert Half Canada Inc.
    91.	Robertson & Company Ltd.
    92.	S.i. Systems Ltd.
    93.	Sheffield Blake Ltd.
    94.	SoftSim Technologies Inc.
    95.	Somos Consulting Group Ltd.
    96.	Strategic Relationships Solutions Inc.
    97.	Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    98.	Systemscope Inc.
    99.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    100.	TAG HR The Associates Group Inc.
    101.	TDV Global inc.
    102.	The 500 Staffing Inc.
    103.	The AIM Group Inc.
    104.	The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    105.	The Corporate Research Group Ltd.
    106.	The Devon Group Ltd.
    107.	The Halifax Group Inc.
    108.	The People Bank, a division of Design Group Staffing Inc.
    109.	Tiree Facility Solutions Inc.
    110.	Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    111.	TRM Technologies Inc.
    112.	Turtle Technologies Inc.
    113.	Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture
    114.	Valcom Consulting group Inc.
    115.	Veritaaq Technology House Inc.
    116.	Yoush Inc.
    117.	Zylog Systems (Ottawa) Ltd.

    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
    • 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
    Charbonneau, Ryan
    Phone
    819-997-9489
    Email
    Ryan.Charbonneau@forces.gc.ca

    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
    World
    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: