NPP – W8486-173548 – TSPS SA – One (1) Intermediate Engineering Graduate

Solicitation number W8486-173548

Publication date

Closing date and time 2016/12/21 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-173548

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 5.3 – Engineering Graduate, Intermediate under Stream 5: Technical, Engineering and Maintenance Services (TEMS) Stream. The intent of this solicitation is to establish one (1) Contract for two (2) years, with no option period. 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 to 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.
    • Babcock Canada Ltd.
    • BMT Fleet Technology Limited
    • CAE Inc.
    • Calian Ltd.
    • Deloitte Inc.
    • Fleetway Inc.
    • GasTOPS Inc.
    • International Safety Research Inc.
    • L-3 Communications MAS Canada Inc.
    • Louis Tanguay Informatique Inc. (LTI)
    • Martec Limited
    • Michael Wager Consulting Inc.
    • Modis Canada Inc.
    • Neosoft Technologies Inc.
    • Orbis Risk Consulting Inc.
    • Platinum Technologies Inc.
    • Procom Consultants Group Ltd.
    • Promaxis Systems Inc.
    • QinetiQ Limited
    • Stantec Consulting Ltd.
    • T.E.S. Contract Services INC.
    • The AIM Group Inc.
    • Tiree Facility Solutions 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 #20

    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: 975 Blvd St.Joseph, 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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Moore, Brad
    Email
    Bradley.moore@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
    Canada
    Procurement method
    Competitive – Selective Tendering