SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Task and Solutions Professional Services (TSPS) 3.2 Project Manager (1000183193)

Solicitation number 1000183193

Publication date

Closing date and time 2016/07/04 14:00 EDT

Last amendment date


    Description

    This requirement is for: The Department of Indian Affairs and Northern Development

    This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following category:

    • One (1) Project Manager – Senior

    The following SA Holders have been invited to submit a proposal.

    1. A Hundred Answers Inc.

    2.BMT Fleet Technology Limited

    3.Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    4.Delta Partners Inc.

    5.Emerion

    6.Juno Risk Solutions Incorporated

    7.Lannick Contract Solutions Inc.

    8.Mindstream Training Center and Professional Services Bureau Inc.

    9.Naut’sa mawt Resources Group Inc.

    10.Olav Consulting Corp.

    11.Orbis Risk Consulting Inc.

    12.Pricewaterhouse Coopers LLP

    13.QMR Staffing Solutions Incorporated

    14.Samson & Associés CPA / Consultation Inc.

    15.Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Description of the Requirement:

    The Department of Indian Affairs and Northern Development, has a requirement for one (1) Senior Project Manager, for one (1) contract for one (1) year, plus one (1) year option.

    The Contractor shall (but not limited to):

    • Prepare a risk-based project plan for the inspection exercise which include priority setting, preparatory measures, milestones for the initiation of the project, and timelines for inspections, reporting, completion, follow-up plans, cost-analysis;
    • Since operational responsibility for real property management is decentralized across the department to different sectors and regions, the Contractor will need to consult with numerous stakeholders from NCR and regions, Legal Services, as well as with PSPC and First Nations organizations to identify resource requirements, assess concerns, and engage the stakeholders;
    • Analyse and compile identified resource requirements for funding requests to be submitted to CFO and Senior Management, and supporting the disbursement of respective funds and allocation of resources as needed;
    • Track all expenditures related to these fire protection services and ensure information management for this whole project;
    • Develop communications items, key messages, reporting instructions and supporting tools;
    • Make necessary arrangements for site access;
    • Ensure the inspectors are provided with any available building files of past inspections prior to conducting the inspection;
    • Analyze, review and compile inspection reports;
    • Where fire safety issues are identified during the inspections that are viewed to be critical in nature and that present a significant and imminent danger to life safety, ensure notification has been provided to the Identified User;
    • Identify and develop supporting data collection and reporting tools (ex: reports on buildings by location including location and nature of the identified issue as well as options or recommendations for corrective actions if any);
    • Collaborate with stakeholders to identify approaches to respond to the recommendations resulting from the inspections;
    • Manage the implementation of action plans to respond to the inspection results;
    • Provide assistance and guidance to DIAND Regional Offices as required;
    • Prepare periodic briefings for management;
    • Draft PowerPoint presentations to the attention of senior management summarizing the inspection plans, the results, lessons learned and management action plans;
    • Submit a final report covering the results of the inspection exercise

    Level of Security Requirement:

    Company Minimum Security Level Required

    Protected A

    Protected B

    Resource Minimum Security Level Required

    Protected A

    Protected B

    Applicable Trade Agreements:

    The requirement is subject to the provisions of

    • 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)
    • World Trade Organization-Agreement on Government Procurement (WTO-AGP)
    • Canada-Panama Free Trade Agreement

    Proposed period of contract:

    The proposed period of contract shall be from Award date for one (1) year with an option to extend the contract, if exercised by Canada, by one (1) year.

    Estimated Level of Effort:

    The estimated level of effort of the contract and Option period will be for:

    One (1) Project Manager – Senior: 180 days (1 350 hours) and Option Period: 180 days (1 350 hours)

    File Number: 1000183193

    Contracting Authority: Sophie Champagne

    Phone Number: 819-934-1497

    Fax Number: 819-953-7721

    E-Mail: Sophie.Champagne@aandc-aadnc.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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Champagne, Sophie
    Phone
    819-934-1497
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    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)
    Procurement method
    Competitive – Selective Tendering

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: