SOLUTIONS Based Professional Services (TSPS) Requirement - Business Consulting/Change Management Stream and Project Management Services Stream

Solicitation number 1000181742

Publication date

Closing date and time 2016/08/26 14:00 EDT


    Description

    SOLUTIONS Based Professional Services (TSPS) Requirement

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

    This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSSB who qualified under Tier 1 (= $0 - $2M) for the following stream(s): Business Consulting/Change Management Stream and Project Management Services Stream.

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

    168446 Canada Inc.

    2Keys Corporation

    3149455 Canada Inc.

    4058721 Canada Ltd

    A Hundred Answers Inc.

    Accenture Inc.

    ACF Associates Inc.

    ADGA Group Consultants Inc.

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Auguste Solutions and Associates Inc.

    BDO Canada LLP

    BMT Fleet Technology Limited

    Canadian Development Consultants International Inc.

    CGI Information Systems and Management Consultants Inc.

    Colliers Project Leaders Inc.

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

    Confluence Consulting Inc.

    CORE Software Corp

    CORE Software Corporation Inc. and Acquium Inc in Joint Venture

    CPCS Transcom Limited

    Deloitte Inc.

    DLS Technology Corporation

    DPRA Canada Incorporated

    Eclipsys Solutions Inc

    Econ Inc.

    Emerion

    Ernst & Young LLP

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    FMC Professionnals Inc & Lean Advisors Inc. In Joint Venture

    Gelder, Gingras & Associates Inc.

    Groupe Alithya Inc / Alithya Group Inc

    Guardian Business Group Inc.

    HDP Group Inc

    HDR Corporation

    Healthtech Inc.

    Hitachi Consulting Government Solutions, Inc.

    Holonics Inc.

    Human Resource Systems Group Ltd.

    IBM Canada Ltd.

    IDS Systems Consultants Inc.

    Interis Consulting Inc.

    International Safety Research Inc.

    IT/Net - Ottawa Inc.

    KPMG LLP

    Le Groupe Conseil Bronson Consulting Group

    LNW Consulting Inc

    MANINGE GROUPE-CONSEIL INC., IMPRESARIO COMMUNICATIONS STRATEGIQUES INC, SERVICES-CONSEILS A VALEUR AJOUTÉE INC., IN JOINT VENTURE

    McKinsey & Company Canada

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    Modis Canada Inc

    Naut'sa mawt Resources Group/Human Resources Systems Group Joint Venture

    Nortak Software Ltd.

    Optimus SBR Inc.

    Orbis Risk Consulting Inc.

    Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE

    PGF Consultants Inc.

    Power Analysis Inc.

    Pricewaterhouse Coopers LLP

    QinetiQ Limited

    QMR Staffing Solutions Incorporated

    QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE

    Quallium Corporation

    R3D Conseil Inc. / R3D Consulting Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Sierra Systems Group Inc.

    Somos Consulting Group Ltd.

    Stratos Inc

    Systemscope Inc.

    Taligent Consulting Inc.

    TDV Global inc.

    The Access Information Agency Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    The Strategic Review Group Inc.

    Tiree Facility Solutions Inc.

    Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.

    Description of the Requirement:

    The Department of Indian Affairs and Northern Development (DIAND) for the provision of Task and Solutions Professional Services. DIAND’s Métis and Non-Status Indian Relations (MNSIR) require professional Evaluation Services to complete a Progress Review of the Métis Identification Systems and Harvesters Registries of five (5) Métis Organizations: Manitoba Métis Federation; Métis Nation British Columbia; Métis Nation of Alberta; Métis Nation – Saskatchewan; and Métis Nation of Ontario.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

     Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: _________________________________

    Resource Minimum Security Level Required

    Canada

    NATO

    Foreign

     Protected A

     NATO Unclassified

     Protected A

    X Protected B

     NATO Restricted

     Protected B

     Protected C

     NATO Confidential

     Protected C

     Confidential

     NATO Secret

     Confidential

     Secret

     Cosmic Top Secret

     Secret

     Top Secret

     Top Secret

     Top Secret (SIGINT)

     Top Secret (SIGINT)

    Special comments: _________________________________

    Applicable Trade Agreements:

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).

    Proposed period of contract:

    The proposed period of contract shall be from contract award to November 30, 2016.

    File Number: 1000181742

    Contracting Authority: Suzanne Gauthier

    E-Mail: Suzanne.Gauthier@aandc.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
    Gauthier, Suzanne
    Address
    10 Wellington Street
    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
    Canada
    Region of opportunity
    Canada
    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: