NPP - TSPS - One (1) Senior (Level 3) Project Manager - Department of Justice Canada History Project

Solicitation number 1000016466

Publication date

Closing date and time 2014/12/10 14:00 EST


    Description
    NOTICE OF PROPOSED PROCUREMENT
    
    This requirement is for: The Department of Justice Canada
    
    This requirement is open only to those Supply Arrangement Holders under E60ZN-13TSPS/  who qualified under Tier 1 for Stream 3: Project Management Services.
    
    This requirement is open only to those invited TSPS Supply Arrangement Holders who qualified under the stream identified above for: Category 3.2 – Project Manager
    
    The following SA Holders have been invited to submit a proposal:
    1.	Cache Computer Consulting Corp.
    2.	Calian Ltd
    3.	CGI Information Systems and Management Consultants Inc
    4.	CPCS Transcom Limited
    5.	Deloitte Inc.
    6.	Design Group Staffing Inc.
    7.	Donna Cona Inc.
    8.	Econ Inc.
    9.	Integra Networks Corporation
    10.	International Safety Research Inc.
    11.	IT/Net – Ottawa Inc. 
    12.	KPMG LLP
    13.	Leverage Technology Resources Inc.
    14.	Macogep Inc.
    15.	Maplesoft Consulting Inc.
    16.	Modis Canada Inc.
    17.	Pivotal Projects Limited
    18.	Procom Consultants Group Ltd.
    19.	Protak Consulting Group Inc.
    20.	ProVision IT Resources Ltd.
    21.	QMR Staffing Solutions Incorporated
    22.	Ranstad Interim Incorporated
    23.	Systemscope Inc.
    24.	TAG HR The Associates Group Inc.
    25.	The AIM Group Inc.
    26.	The Halifax Group Inc.
    27.	Tiree Facility Solutions Inc.
    
    This list will not be updated if additional suppliers request copies of the bid solicitation.
    
    
    Description of the Requirement:
    
    The Department of Justice Canada has a requirement to obtain one (1) Senior (Level 3) Project Manager to oversee the development and creation of a digitized archive of Justice Canada’s contributions to Canadian history and culture, to which Justice employees can contribute leading up to Canada’s 150th anniversary in 2017, and the Department’s 150th anniversary in 2018. The scope of the project could be expanded to include a public component as part of broader government-wide planning around Canada’s 150th anniversary. The Project Manager would oversee development, rollout and measurement of a multi-year workplan, which would include some flexibility to accommodate that expanded scope should it materialize.
    
    The Project Manager will be required to:
    -	Review the preliminary work to date in support of the project
    -	Assess requirements from an information management perspective
    -	Assess requirements from an information technology perspective
    -	Write and present the project plan
    -	Deliver progress reports and attend meetings
    
    
    Security Requirement: 
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE # COMMON-PS-SRCL#6
    
    The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    
    Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    The Contractor must comply with the provisions of the: 
    a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
    b) Industrial Security Manual (Latest Edition).
    
    
    Proposed Period of the Contract:
    
    It is intended to result in the award of one (1) contract until March 31, 2015, plus four (4) six-month irrevocable options allowing Canada to extend the term of the contract.
    
    
    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles.  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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • 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 Justice Canada
    Address
    284 Wellington Street
    Ottawa, Ontario, K1A0H8
    Canada
    Contracting authority
    Pordonick, Kayla
    Phone
    613-946-9012
    Address
    284 Wellington Street, EMB 1245
    Ottawa, ON, K1A 0H8
    CA

    Buying organization(s)

    Organization
    Department of Justice Canada
    Address
    284 Wellington Street
    Ottawa, Ontario, K1A0H8
    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.