TASK BASED E60ZN-090002 PROFESSIONAL SERVICES REQUIREMENT

Solicitation number W8484-13-P2JC

Publication date

Closing date and time 2013/10/23 14:00 EDT

Last amendment date


    Description
    FILE NUMBER: W8484-13-P2JC
    TIER 1 (< $2M)
    
    This requirement is for the Department of National Defence (DND). 
    
    This requirement is for the: 
     - Business Services / Change Management Services Class.
    
    for the services of:
    - one (1) Information/Records Management/Recordkeeping Specialist, Level 1.
    
    Number 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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).
    
    Location of Work to be Performed
    
    Region(s): London, Ontario
    Specific Location(s): London Workcenter, 1991 Oxford Street East
    
    Security Requirement
    
    Security Requirements Check List:  W8484-13-P2JC
    Supplier Security Clearance required: Facility Security Clearance – Secret 
    Security Level required (Document Safeguarding): None
    
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.
    
    File Number: W8484-13-P2JC
    DND POC: Kym Carroll
    E-Mail: Kym.Carroll@forces.gc.ca 
    
    
    DND requires the services of one (1) Information Records Management/Recordkeeping Specialist for the Directorate of Quality Assurance. This requirement will be from date of contract award to 31 October 2014, with an irrevocable option for three (3) additional one (1) year option periods.
    
    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.	Altis Human Resources Inc. 
    2.	Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human    Resources Inc., in Joint Venture 
    3.	ProVision IT Resources Ltd. 
    4.	The 500 Staffing Inc. 
    5.	Calian Ltd. 
    6.	Modis Canada Inc 
    7.	Le Groupe Conseil Bronson Consulting Group 
    8.	MDOS CONSULTING INC. 
    9.	The Strategic Review Group Inc. 
    10.	ACF Associates Inc. 
    11.	AZUR HUMAN RESOURCES LIMITED 
    12.	Valcom Consulting group Inc. 
    13.	CloseReach Ltd. 
    14.	Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE 
    15.	Dare Human Resources Corporation 
    16.	PGF Consultants Inc. 
    17.	Alithis Services-Conseils Inc. 
    18.	TDV Global inc. 
    19.	The Corporate Research Group Ltd. 
    20.	ADGA Group Consultants Inc. 
    21.	The AIM Group Inc. 
    22.	CompuAids Inc. o/a Enterprise Systems and Solutions Group 
    23.	Altis Human Resources (Ottawa) Inc. 
    24.	Randstad Interim Incorporated 
    25.	Manpower Services Canada Ltd. 
    26.	TRM Technologies Inc. 
    27.	ARTEMP PERSONNEL SERVICES INC 
    28.	ADRM Technology Consulting Group Corp. 
    29.	Zylog Systems (Ottawa) Ltd. 
    30.	A. Net Solutions 
    31.	Michael Wager Consulting Inc. 
    32.	Somos Consulting Group Ltd. 
    33.	Systemscope Inc. 
    34.	Eagle Professional Resources Inc. 
    35.	Lansdowne Technologies Inc. 
    36.	MGIS Inc. 
    37.	Still Waters Consulting Inc. 
    38.	Turtle Technologies Inc. 
    39.	ADRM Technology Consulting Group Corp. / Randstad Interim Inc. 
    40.	Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture 
    41.	Cistel Technology Inc. 
    42.	Action Personnel of Ottawa-Hull Ltd 
    43.	Perram Consulting Inc. 
    44.	168446 Canada Inc. 
    45.	CGI Information Systems and Management Consultants Inc. 
    46.	CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    47.	Lannick Contract Solutions Inc. 
    48.	Procom Consultants Group Ltd and StoneShare Services Inc, in Joint Venture 
    49.	QMR Staffing Solutions Incorporated 
    50.	Quallium Corporation 
    51.	Maplesoft Consulting Inc. 
    52.	Accenture Inc. 
    53.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE 
    54.	Orbis Risk Consulting Inc. 
    55.	Contract Community Inc. 
    56.	LNW Consulting Inc 
    57.	Évaluation Personnel Sélection International Inc. 
    58.	InfoMagnetics Technologies Corporation (IMT) 
    59.	MGIS Inc, B.D.M.K. Consultants Inc. 
    60.	RainMakers Consulting Services Inc 
    61.	Excel Human Resources Inc. 
    62.	Donna Cona Inc. 
    63.	1019837 Ontario Inc. 
    64.	Lumina IT inc. 
    65.	Emerion 
    66.	The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada 
    67.	Conoscenti Technologies Inc. 
    68.	I4C INFORMATION TECHNOLOGY CONSULTING INC 
    69.	Raymond Chabot Grant Thornton Consulting Inc. 
    70.	TeraMach Technologies Inc. 
    71.	Pricewaterhouse Coopers LLP 
    72.	CoreTracks Inc. 
    73.	IT Services Canada Inc. 
    74.	175213 Canada Inc. 
    75.	529040 ONTARIO INC and 880382 ONTARIO INC 
    76.	Bridgetown Consulting Inc. 
    77.	Interis Consulting Inc. 
    78.	PPI Consulting Limited 
    79.	Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture. 
    80.	A Hundred Answers Inc. 
    81.	iFathom Corporation 
    82.	QUIRC QUALITATIVE INSIGHTS, RESEARCH & CONSULTING INC. 
    83.	IT/Net - Ottawa Inc. 
    84.	Helm's Deep Consulting Corp. 
    85.	Coradix technology Consulting Ltd. 
    86.	KPMG LLP 
    87.	Boeing Canada Operations Ltd. 
    88.	IBM Canada Ltd. 
    89.	Lumina IT inc./C.B.-Z. Inc. (Joint Venture)

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Caves, Kate
    Phone
    819-997-3740
    Address
    101 Colonel By Dr
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)