TSPS Life Cycle Material Specialists

Solicitation number DND 14-0005861

Publication date

Closing date and time 2014/09/04 14:00 EDT


    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-13TSPS/B PROFESSIONAL SERVICES REQUIREMENT
    
    FILE NUMBER:  DND 14-0005861
    TIER 1 (< $2M)
    
    This requirement is for the Department of National Defence (DND). 
    
    This requirement is for the:
    - Technical Engineering and Maintenance Services (TEMS) Stream
    
    for the services of: 
    - two Life Cycle Management Specialist, Level 3; and
    - one optional Life Cycle Management Specialist, Level 3.
    
    Number of Contracts: One contract is 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): 455 Boulevard de la Carrière, Gatineau, QC
    
    Security Requirement
    
    Security Requirements Check List: Common PS SRCL #20
    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: DND 14-0005861
    DND POC: Sarah Berrea
    E-Mail: sarah.berrea@forces.gc.ca
    
    DND requires the services of two (2) Life Cycle Management Specialists with the Option to add a third Life Cycle Management Specialist to support the Director Naval Combat Systems. This requirement will be from date of award to one year later with an irrevocable option for three additional 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.	ACF Associates Inc.
    2.	Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    3.	Amtek Engineering services Ltd.
    4.	BMT Fleet Technology Limited
    5.	CAE Inc.
    6.	Calian Ltd.
    7.	Fleetway Inc.
    8.	Promaxi9s Systems Inc
    9.	QinetiQ Limited
    10.	 Stantec Consulting Ltd.
    11.	The AIM Group Inc.
    12.	Tiree Facility Solutions Inc.
    13.	Valcom Consulting group Inc.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Ontario-Quebec Trade and Cooperation Agreement
    • Quebec-New York Corridor Agreement
    • Quebec-New Brunswick Procurement Agreement
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Atlantic Procurement Agreement
    • 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
    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
    World
    Procurement method
    Competitive – Selective Tendering