NPP – W8486-173418 – TSPS SA – One (1) Laboratory Technician, Senior and One (1) Laboratory Technician, Intermediate
Solicitation number W8486-173418
Publication date
Closing date and time 2016/09/27 14:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W8486-173418
Tier: 1 (< $2M)
This requirement is for the Department of National Defence (DND) for the services of 5.2 – Technician, Senior and Intermdiate under Stream 5: Technical, Engineering and Maintenance Services (TEMS) Stream. The intent of this solicitation is to establish up to two (2) Contract for two (2) years, with the option to extend the term of the Contract by up to three (3) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZN-15TSPS.
Documents may be submitted in either official language of Canada.
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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).
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).
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 the following suppliers who qualified under the stated consultant stream, security level, region and tier:
- ACF Associates Inc.
- ADGA Group Consultants Inc.
- Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
- AEROTEK ULC
- Altis Human Resources (Ottawa) Inc.
- Amtek Engineering services Ltd.
- BMT Fleet Technology Limited
- CAE Inc.
- Calian Ltd.
- Fleetway Inc.
- GasTOPS Ltd.
- International Safety Research Inc.
- L-3 Communications MAS Canada Inc.
- Louis Tanguay Informatique Inc. (LTI)
- Michael Wager Consulting Inc.
- Modis Canada Inc
- Orbis Risk Consulting Inc.
- Petro Air Services Inc.
- Platinum Technologies Inc.
- Promaxis Systems Inc
- Protak Consulting Group Inc.
- T.E.S. Contract Services INC.
- The AIM Group Inc.
- Valcom Consulting group Inc.
- WSP Canada Inc.
ADDITIONAL INFORMATION FOR BIDDERS
For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
Security Requirement:
There are security requirements associated with this requirement:
SRCL: Common PS SRCL #21
Supplier Security Clearance required: SECRET
Security Level required (Document Safeguarding): None
For additional information, consult Part 6 – Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Controlled Goods :
This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
Location of Work :
Region: National Capital Region
Specific Location: 45 Boulevard Sacré-Coeur, Gatineau, Quebec
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Brad Moore
Email: Bradley.Moore@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras 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 DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Moore, Brad
- Email
- Bradley.Moore@forces.gc.ca
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.