NPP – W8476-175629 – TSPS SA – One (1) Intermediate Project Leader

Solicitation number W8476-175629

Publication date

Closing date and time 2017/02/24 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8476-175629

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 3.3 Project Leader under Stream 3: Project Management Services Stream. The intent of this solicitation is to establish up to one (1) contract for one (1) year, with the option to extend the term of the Contract by up to one (1) one-year irrevocable option period 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:

    • 1019837 Ontario Inc.
    • 1092009 Ontario Inc.
    • 168446 Canada Inc.
    • 3056058 Canada inc.
    • 4165047 Canada Inc.
    • 4Plan Consulting Corp.
    • 529040 ONTARIO INC and 880382 ONTARIO INC
    • 6824137 Canada Limited
    • 8005931 Canada Inc
    • A. Net Solutions Inc.
    • Accenture Inc.
    • Access Corporate Technologies Inc.
    • ACF Associates Inc.
    • Action Personnel of Ottawa-Hull Ltd
    • ADGA Group Consultants Inc.
    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    • AdvisorOnTrack Inc.
    • AEROTEK ULC
    • Alcea Technologies Inc.
    • Altis Human Resources (Ottawa) Inc.
    • Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    • Altis Human Resources Inc.
    • ALTRUISTIC INFORMATICS CONSULTING INC.
    • AMITA Corporation
    • Amtek Engineering services Ltd.
    • ARTEMP PERSONNEL SERVICES INC
    • Auguste Solutions and Associates Inc.
    • AZUR HUMAN RESOURCES LIMITED
    • BDO Canada LLP
    • Belham PDS Inc.
    • Bernard Benoit Project Management Inc.
    • Bevertec CST Inc.
    • Beyond Technologies Consulting Inc.
    • BMT Fleet Technology Limited
    • Boeing Canada Operations Ltd.
    • BP & M Government IM & IT Consulting Inc.
    • Breckenhill Inc.
    • Bridgetown Consulting Inc.
    • BurntEdge Incorporated
    • Cache Computer Consulting Corp.
    • CAE Inc.
    • Calian Ltd.
    • CBRE Limited
    • CGI Information Systems and Management Consultants Inc.
    • CIMA+ S.E.N.C.
    • Cistel Technology Inc.
    • CloseReach Ltd.
    • Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar & Delicate Consulting Inc. IN JOINT VENTURE
    • CM Inc.
    • Colliers Project Leaders Inc.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • COLLIGO CONSULTING INCORPORATED
    • Confluence Consulting Inc.
    • Conoscenti Technologies Inc.
    • Contract Community Inc.
    • CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    • Coradix technology Consulting Ltd.
    • CORE Software Corp
    • CoreTracks Inc.
    • CPCS Transcom Limited
    • CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Dare Human Resources Corporation
    • DEL-PM INC.
    • Deloitte Inc.
    • Delta Partners Inc.
    • Design Group Staffing Inc.
    • DLS Technology Corporation
    • Donna Cona Inc.
    • DPRA Canada Incorporated
    • Eagle Professional Resources Inc.
    • Eclipsys Solutions Inc
    • Econ Inc.
    • EllisDon Corporation
    • Emerion
    • Ernst & Young LLP
    • Etico, Inc.
    • Excel Human Resources Inc.
    • Excelsa Technologies Consulting Inc.
    • Facilité Informatique Canada Inc.
    • Fleetway Inc.
    • FMC Professionals Inc.
    • Foursight Consulting Group Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • Gelder, Gingras & Associates Inc.
    • Groupe Alithya Inc / Alithya Group Inc
    • Groupe Intersol Group Ltee.
    • Halo Management Consulting Inc.
    • Harrington Marketing Limited
    • HCM WORKS INC./HCM TRAVAIL INC.
    • HDP Group Inc
    • Hitachi Consulting Government Solutions, Inc.
    • Holonics Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IAN MARTIN LIMITED
    • IBISKA Telecom Inc.
    • IBM Canada Ltd.
    • Icegate Solutions Inc.
    • IDS Systems Consultants Inc.
    • iFathom Corporation
    • InfoMagnetics Technologies Corporation (IMT)
    • Information Management and Technology Consultants Inc.
    • Integra Networks Corporation
    • Interis Consulting Inc.
    • International Safety Research Inc.
    • IT Services Canada Inc.
    • IT/Net - Ottawa Inc.
    • Juno Risk Solutions Incorporated
    • Kelly Sears Consulting Group
    • Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    • KPMG LLP
    • Lannick Contract Solutions Inc.
    • Lansdowne Technologies Inc.
    • Lapalme Rheault Architectes & Associés Inc.
    • Le Groupe Conseil Bronson Consulting Group
    • Leo-Pisces Services Group Inc.
    • Leverage Technology Resources Inc.
    • LNW Consulting Inc
    • Lumina IT inc.
    • Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    • Manpower Services Canada Ltd.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDOS CONSULTING INC.
    • Messa Computing Inc.
    • MGIS Inc.
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • Michael Wager Consulting Inc.
    • Mindstream Training Center and Professional Services Bureau, Inc
    • Mindwire Systems Ltd.
    • MMM Group Limited
    • Modis Canada Inc
    • N12 Consulting Corporation
    • NavPoint Consulting Group Inc.
    • Neosoft Technologies Inc.
    • Nisha Technologies Inc.
    • NIVA Inc
    • Nortak Software Ltd.
    • Olav Consulting Corp
    • OpenFrame Technologies, Inc.
    • Orbis Risk Consulting Inc.
    • Outcome Consultants Inc.
    • Performance Management Network Inc.
    • PGF Consultants Inc.
    • Phirelight Security Solutions Inc.
    • Pleiad Canada Inc.
    • Portage Personnel Inc.
    • PRECISIONERP INCORPORATED
    • Pricewaterhouse Coopers LLP
    • Primexx Ventures Inc., Alejandra Carrillo in JV
    • Procom Consultants Group Ltd.
    • Proex Inc.
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • Protak Consulting Group Inc.
    • ProVision IT Resources Ltd.
    • QMR Staffing Solutions Incorporated
    • Quallium Corporation
    • Quantum Management Services Limited
    • RainMakers Consulting Services Inc
    • Randstad Interim Incorporated
    • Raymond Chabot Grant Thornton Consulting Inc.
    • RESOLVE REAL PROPERTY EXPERTISE INC., SITE ECONOMICS LTD., IN JOINT VENTURE
    • Revay and Associates Limited
    • Risk Sciences International Inc.
    • Robertson & Company Ltd.
    • Run Straight Consulting Ltd
    • S.i. Systems Ltd.
    • Samson & Associés CPA/Consultation Inc
    • Sheffield Blake Ltd.
    • Sierra Systems Group Inc.
    • Solutions Moerae Inc
    • Somos Consulting Group Ltd.
    • Stantec Consulting Ltd.
    • Strategic Relationships Solutions Inc.
    • Stratos Inc
    • Sundiata White Group - Intellistaff Ltd.
    • Symbiotic Group Inc.
    • Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    • Systemscope Inc.
    • Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    • T.E.S. Contract Services INC.
    • TAG HR The Associates Group Inc.
    • TDV Global inc.
    • Teambuilder Consulting Inc.
    • TECSIS Corporation
    • TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.
    • TeraMach Technologies Inc.
    • The 500 Staffing Inc.
    • The AIM Group Inc.
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    • The Halifax Group Inc.
    • The VCAN Group Inc.
    • Tiree Facility Solutions Inc.
    • TPG Technology Consulting Ltd.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    • TRM Technologies Inc.
    • Turtle Island Staffing Inc.
    • Turtle Technologies Inc.
    • Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.
    • verTerra corp.
    • WSP Canada Inc.
    • Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    • Yoush Inc.
    • Zernam Enterprise Inc
    • ZW Project Management 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: 110 O’Connor St, Ottawa, Ontario

    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