Project Administrator

Solicitation number DND 13/0016550

Publication date

Closing date and time 2013/10/29 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 E60ZN-090002 PROFESSIONAL SERVICES REQUIREMENT
    
    FILE NUMBER:  DND 13-0016550
    TIER 1 (< $2M)
    
    This requirement is for the Department of National Defence (DND). 
    
    This requirement is for the services of the:  Project Management Services Class.
    
    for the services of: 1 Project Administrator, Level 2.
    
    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):  National Capital Region
    Specific Location(s):  Constitution Building, 305 Rideau Street, Ottawa, Ontario
    
    Security Requirement
    
    Security Requirements Check List: Common PS SRCL #7
    Supplier Security Clearance required: Designated Organization Screening – Reliability Status
    Security Level required (Document Safeguarding):  None
    
    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.
    
    File Number:  DND 13/0016550
    DND POC:  Sarah Berrea
    E-Mail:  Sarah.Berrea@forces.gc.ca
    
    DND requires the services of one (1) Intermediate Project Administrator to provide administrative support to the Automatic Identification Technology Project.  This requirement will be from the date of award to approximately 1 (one) year later with an option for 2 (two) additional 12 (twelve) month 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 Class(es), security level, region and tier:
    
    1	COLLIGO CONSULTING INCORPORATED  
    2	Alithis Services-Conseils Inc.  
    3	Canadian Development Consultants International Inc.  
    4	APS-Antian Professional Services Inc.
    5	Callihoo Consulting Group Inc   
    6	BDA Real Estate Development Services Inc.  
    7	IBISKA Telecom Inc.
    8	SoftSim Technologies Inc. 
    9	Portage Personnel Inc. 
    10	Access Corporate Technologies Inc. 
    11	Dare Human Resources Corporation 
    12	Randstad Interim Incorporated 
    13	Robert Half Canada Inc.
    14	CBRE Limited 
    15	Valcom Consulting group Inc.
    16	ProVision IT Resources Ltd. 
    17	CGI Information Systems and Management Consultants Inc.
    18	eVison Inc., Softsim Technologies Inc.
    19	PRIME Strategies Inc. 
    20	AMITA Corporation 
    21	Turtle Technologies Inc. 
    22	Epixus Incorporated 
    23	Action Personnel of Ottawa-Hull Ltd 
    24	Alcea Technologies Inc. 
    25	CORE Software Corporation Inc. and Acquium Inc in Joint Venture
    26	Promaxis Systems Inc  
    27	The Halifax Group Inc.
    28	Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    29	Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    30	Calian Ltd.
    31	Groupe Alithis Inc.
    32	Amtek Engineering services Ltd.
    33	Modis Canada Inc 
    34	Coradix technology Consulting Ltd.
    35	Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    36	MHPM Project Managers Inc. 
    37	NRNS Incorporated  
    38	Auguste Solutions and Associates Inc.  
    39	Modis Canada Inc. in Joint Venture with Acosys Consulting Services Inc. 
    40	Zylog Systems (Ottawa) Ltd. 
    41	Adecco Employment Services Limited/Services de placement Adecco Limited 
    42	Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    43	Somos Consulting Group Ltd. 
    44	ACF Associates Inc.  
    45	AZUR HUMAN RESOURCES LIMITED 
    46	I4C INFORMATION TECHNOLOGY CONSULTING INC
    47	S.i. Systems Ltd. 
    48	CIMA+ S.E.N.C. 
    49	TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.
    50	IAN MARTIN LIMITED 
    51	The 500 Staffing Inc.
    52	Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture 
    53	MDOS CONSULTING INC. 
    54	TRM Technologies Inc. 
    55	ADRM Technology Consulting Group Corp.
    56	inRound Innovations Inc., Radar Solutions Inc. and Munroe Technologies Inc. in Joint Venture
    57	BP & M Government IM & IT Consulting Inc.  
    58	ADGA Group Consultants Inc. 
    59	Alika Internet Technologies Inc.
    60	CM Inc. 
    61	Information Management and Technology Consultants Inc.
    62	The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada 
    63	Donna Cona Inc. 
    64	Eagle Professional Resources Inc. 
    65	Icegate Solutions Inc.  
    66	Mason Clark Group Inc. 
    67	PPI Consulting Limited 
    68	Quallium Corporation 
    69	TDV Global inc. 
    70	Yoush Inc. 
    71	Tiree Facility Solutions Inc.
    72	Prologic Systems Ltd. 
    73	MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture
    74	ADRM Technology Consulting Group Corp. / Randstad Interim Inc. 
    75	iFathom Corporation 
    76	Contract Community Inc. 
    77	Foursight Consulting Group Inc. 
    78	Nortak Software Ltd. 
    79	Lansdowne Technologies Inc. 
    80	Maplesoft Consulting Inc. 
    81	Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE 
    82	168446 Canada Inc. 
    83	A. Net Solutions 
    84	CompuAids Inc. o/a Enterprise Systems and Solutions Group 
    85	Esper Consulting Inc.
    86	LNW Consulting Inc 
    87	3755479 Canada Inc.
    88	529040 ONTARIO INC and 880382 ONTARIO INC 
    89	Bragelo Group Inc. 
    90	CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    91	The AIM Group Inc. 
    92	The Devon Group Ltd.
    93	Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    94	Quantum Management Services Limited 
    95	Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    96	FMC Professionals Inc.
    97	Procom Consultants Group Ltd and StoneShare Services Inc, in Joint Venture
    98	RainMakers Consulting Services Inc
    99	TeraMach Technologies Inc.  
    100	1019837 Ontario Inc. 
    101	Bevertec CST Inc.
    102	Lumina IT inc. 
    103	Altis Human Resources (Ottawa) Inc.
    104	CoreTracks Inc.  
    105	HDP Group Inc  
    106	Interis Consulting Inc. 
    107	Lannick Contract Solutions Inc. 
    108	Phirelight Security Solutions Inc.
    109	QMR Staffing Solutions Incorporated 
    110	The Corporate Research Group Ltd. 
    111	Proex Inc.
    112	A Hundred Answers Inc. 
    113	Gris Orange Consultant Inc. 
    114	Strategic Relationships Solutions Inc. 
    115	Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 
    116	Leverage Technology Resources Inc. 
    117	Primexx Ventures Inc., Alejandra Carrillo in JV 
    118	IBM Canada Ltd. 
    119	Confluence Consulting Inc.
    120	Emerion 
    121	Moerae Solutions Inc (operating as MSI Corp) 
    122	Pricewaterhouse Coopers LLP 
    123	Orbis Risk Consulting Inc. 
    124	Confluence Consulting Inc., McConnell HR Consulting Inc. IN JOINT VENTURE 
    125	Lightning Tree Consulting 
    126	Lightning Tree Consulting Inc.
    127	Perram Consulting Inc.   
    128	PGF Consultants Inc. 
    129	Veritaaq Technology House Inc.
    130	ARTEMP PERSONNEL SERVICES INC 
    131	Dessau Inc. 
    132	IT/Net - Ottawa Inc. 
    133	Michael Wager Consulting Inc. 
    134	Sierra Systems Group Inc.
    135	IT Services Canada Inc.
    136	The People Bank, a division of Design Group Staffing Inc. 
    137	Excel Human Resources Inc.

    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)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Berrea, Sarah
    Address
    101 Colonel By Drive
    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
    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.