TSPS Intermediate Technician (Level 2) – General Machinist

Solicitation number DND-15/0025812

Publication date

Closing date and time 2015/07/10 14:00 EDT

Last amendment date


    Description
    Amendment number 1 extends the closing date from 7 July 2015 to 10 July 2015 at 02:00 PM Eastern Daylight Time (EDT).
    
    ------------------------------------------------------------------
    
    Original:
    
    Task-Based Professional Services (TSPS) Requirement
    
    This requirement is for the Department of National Defence (DND).
    
    This requirement is open only to those Supply Arrangement Holders under E60ZN-13TSPS who qualified under Tier 1 for the 5.2 Technician category.
    
    The following SA Holders have been invited to submit a proposal:
    
    1. ACF Associates Inc. 
    2. ADGA Group Consultants Inc. 
    3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    4. AEROTEK ULC 
    5. Altis Human Resources (Ottawa) Inc. 
    6. Amtek Engineering services Ltd. 
    7. BMT Fleet Technology Limited 
    8. CAE Inc. 
    9. Calian Ltd. 
    10. Fleetway Inc. 
    11. GasTOPS Ltd. 
    12. International Safety Research Inc. 
    13. Michael Wager Consulting Inc. 
    14. Modis Canada Inc 
    15. Noramtec Consultants Inc. 
    16. Orbis Risk Consulting Inc. 
    17. Platinum Technologies Inc. 
    18. Promaxis Systems Inc 
    19. T.E.S. Contract Services INC. 
    20. The AIM Group Inc. 
    21. Valcom Consulting group Inc.
    
    Description of the Requirement:
    
    DND has a requirement for Task-Based Professional Services, specifically one (1) Intermediate Technician (Level 2) – General Machinist, to increase the capacity of its Quality Engineering Test Establishment (QETE) Project Support Workshop in order to respond to an increased workload from QETE Laboratories. QETE provides engineering and technical services relevant to materiel utilized by the Department of National Defence and the Canadian Armed Forces. It is intended to result in the award of one (1) contract for approximately three (3) years, plus two (2) one-year irrevocable options allowing Canada to extend the term of the contract.
    
    Level of Security Requirement: Secret
    
    Applicable Trade Agreements:
    
    Agreement on Internal Trade (AIT)
    Canada-Chile Free Trade Agreement (CCFTA)
    Canada-Columbia Free Trade Agreement (CColFTA)
    Canada-Panama Free Trade Agreement (CPanFTA)
    Canada-Peru Free Trade Agreement (CPFTA)
    North American Free Trade Agreement (NAFTA)
    World Trade Organization Agreement on Government Procurement (WTO-AGP)
    
    Associated Documents:
    
    Request for Proposal (RFP) documents will be e-mailed directly, from the 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). 
    
    Proposed period of contract:
    
    The proposed period of contract shall be from the date of Contract to 31 July 2018 (estimated).
    
    Estimated Level of Effort:
    
    The estimated level of effort of the contract will be for 660 days.
    
    File Number: DND-15/0025812
    
    Contracting Authority: Luc Maillet
    
    E-Mail: luc.maillet@forces.gc.ca 
    
    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 National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Luc Maillet
    Email
    luc.maillet@forces.gc.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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.