NPP – W8476 - 185680 – TSPS SA – One (1) Intermediate - Technical Writer

Solicitation number W8476-185680

Publication date

Closing date and time 2017/09/21 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8476 - 185680

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of a 3.10 Technical Writer, Intermediate under Stream 3: Project Management Services. 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 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 Based Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-16TSPS

    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 Services and Procurement Canada (PSPC).

    For general information on the various PSPC Methods of Supply, or to obtain specific information on a PSPC professional service method of supply, please visit PSPC'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.
    • 3056058 Canada Inc.
    • 4165047 Canada Inc.
    • 4Plan Consulting Corp.
    • 529040 ONTARIO INC and 880382 ONTARIO INC
    • 6362222 CANADA INC., doing business as the Createch Group
    • 7792395 Canada Inc.
    • 8005931 Canada Inc
    • A Hundred Answers Inc.
    • A. Net Solutions Inc.
    • Accenture Inc.
    • Access Corporate Technologies Inc.
    • ACF Associates Inc.
    • Action Personnel of Ottawa-Hull Ltd
    • Adecco Employment Services Limited/Services de placement Adecco Limited
    • ADGA Group Consultants Inc.
    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    • Adobe Systems Canada Inc.
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim 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
    • ALTRUISTIC INFORMATICS CONSULTING INC.
    • AMITA Corporation
    • ARTEMP PERSONNEL SERVICES INC
    • AZUR HUMAN RESOURCES LIMITED
    • BBG Management Corporation
    • BDO Canada LLP
    • Belham PDS Inc.
    • Bevertec CST Inc.
    • Beyond Technologies Consulting Inc.
    • BMT Fleet Technology Limited
    • BP & M Government IM & IT Consulting Inc.
    • BurntEdge Incorporated
    • Cache Computer Consulting Corp.
    • Calian Ltd.
    • Canadian Development Consultants International Inc.
    • CBRE Limited
    • CGI Information Systems and Management Consultants Inc.
    • CloseReach Ltd.
    • CM Inc.
    • Colliers Project Leaders Inc.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • Confluence Consulting Inc.
    • Conoscenti Technologies Inc.
    • Consult Ink. Limited
    • 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.
    • Delsys Research Group Inc.
    • DLS Technology Corporation
    • Donna Cona Inc.
    • DPRA Canada Incorporated
    • Durivage Management Solutions Limited
    • Eagle Professional Resources Inc.
    • Eclipsys Solutions Inc
    • Emerion
    • Ernst & Young LLP
    • Etico, Inc.
    • eVision Inc., SoftSim Technologies Inc. in Joint Venture
    • Excel Human Resources Inc.
    • Facilité Informatique Canada Inc.
    • Fifalde Consulting Inc.
    • Foursight Consulting Group Inc.
    • FoxRed Consulting Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • Gelder, Gingras & Associates Inc.
    • Gevity Consulting Inc. / Gevity Conseil Inc.
    • Groupe Alithya Inc / Alithya Group Inc
    • Halo Management Consulting Inc.
    • Harrington Marketing Limited
    • HDP Group Inc
    • HubSpoke Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IAN MARTIN LIMITED
    • IBISKA Telecom Inc.
    • IBM Canada Ltd.
    • Icegate Solutions Inc.
    • IDS Systems Consultants Inc.
    • iFathom Corporation
    • Information Management and Technology Consultants Inc.
    • Interis Consulting Inc.
    • International Safety Research Inc.
    • Isheva Inc., Ranakan Inc. in JOINT VENTURE
    • IT/Net - Ottawa Inc.
    • Juno Risk Solutions Incorporated
    • Kelly Sears Consulting Group
    • Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    • L-3 Communications MAS Canada Inc.
    • Lannick Contract Solutions Inc.
    • Lansdowne Technologies Inc.
    • Le Groupe Conseil Bronson Consulting Group
    • Leo-Pisces Services Group Inc.
    • Leverage Technology Resources Inc.
    • Lightning Tree Consulting 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.
    • Mishkumi Technologies Inc.
    • MNP LLP
    • Modis Canada Inc
    • N12 Consulting Corporation
    • NATTIQ INC.
    • NavPoint Consulting Group Inc.
    • Neosoft Technologies Inc.
    • Newfound Recruiting Corporation
    • Nisha Technologies Inc.
    • NIVA Inc
    • Nortak Software Ltd.
    • Olav Consulting Corp
    • OpenFrame Technologies, Inc.
    • Orangutech Inc.
    • Orbis Risk Consulting Inc.
    • Outcome Consultants Inc.
    • Phirelight Security Solutions Inc.
    • Platinum Technologies Inc.
    • Pleiad Canada Inc.
    • Portage Personnel Inc.
    • Posterity Group Consulting Inc,
    • Pricewaterhouse Coopers LLP
    • Primex Project Management Limited
    • 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
    • RainMakers Consulting Services Inc
    • Randstad Interim Incorporated
    • Raymond Chabot Grant Thornton Consulting Inc.
    • Robertson & Company Ltd.
    • Run Straight Consulting Ltd
    • S.i. Systems Ltd.
    • Samson & Associés CPA/Consultation Inc
    • Sierra Systems Group Inc.
    • SoftSim Technologies Inc.
    • Solutions Moerae Inc
    • Somos Consulting Group Ltd.
    • SRA Staffing Solutions Ltd.
    • Stantec Consulting Ltd.
    • Strategic Relationships Solutions Inc.
    • Stratos Inc
    • Stratégia conseil inc
    • Sundiata Warren Group Inc.
    • Symbiotic Group Inc.
    • Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    • Systemscope Inc.
    • 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.
    • The AIM Group Inc.
    • The Halifax Group Inc.
    • The Right Door Consulting & Solutions Incorporated
    • 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.
    • Tundra Technical Solutions Inc
    • Turtle Island Staffing Inc.
    • Turtle Technologies Inc.
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.
    • WSP Canada Inc.
    • Yoush Inc.
    • Zernam Enterprise Inc
    • ZW Project Management Inc.

    Should an uninvited SA Holder wish to be invited, they may contact the Contracting Authority to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the solicitation process, they may not be reflected in a bid solicitation amendment.

    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: This solicitation contains a custom SRCL

    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 Sacré-Coeur, Gatineau, Québec

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Colette Deslauriers

    Email:  colette.deslauriers@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
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Deslauriers, Colette
    Email
    colette.deslauriers@forces.gc.ca
    Address
    455 boul de la Carriere
    Gatineau, Quebec, J8Y 6V7

    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