Two Project Administrators, Junior and Intermediate
Solicitation number W8485-TSPS2018-18
Publication date
Closing date and time 2017/12/19 00:00 EST
Description
NOTICE OF PROPOSED PROCUREMENT (NPP) for
TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS)
GSIN: R019BF – Human Resource Services, Business Consulting/Change Management; Project Management Services.
Reference Number:
TSPS 2018-18
Solicitation Number:
W8485-TSPS2018-18
Organization Name:
Department of National Defence – Directorate of Aerospace Procurement
Solicitation Date:
December 5, 2017
Closing Date:
19 December, 2017, 12:00 PM
Eastern Standard Time (EST)
Anticipated Start Date:
January 3, 2018
Estimate Level of Effort:
460 days per year (initial Contract Period is 2 years)
Contract Duration:
The contract period will be for an initial period of two years, plus three one irrevocable option years to extend the term of the contract.
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, CCFTA, CFTA, CPFTA, CColFTA, CPanFTA, CETA.
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
One (1)
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those TSPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:
- Stream 3, Sub-Stream 3.1 Project Administrator
Requirement
The Department of National Defence (DND) requires professional services of two (2) Project Administrators, Junior and Intermediate, to support the CP140 Aurora OWSS contract.
*There was no contracted resource performing similar work in the last 12 months.
The following 64 SA Holders have been invited to submit a proposal:
3056058 Canada inc.
IBM Canada Ltd.
A Hundred Answers Inc.
Leo-Pisces Services Group Inc.
A. Net Solutions Inc.
Louis Tanguay Informatique Inc. (LTI)
Accenture Inc.
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
Access Corporate Technologies Inc.
Manpower Services Canada Ltd.
ACF Associates Inc.
MDOS CONSULTING INC.
Action Personnel of Ottawa-Hull Ltd
Messa Computing Inc.
ADGA Group Consultants Inc.
MGIS Inc.
Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
ADRM Technology Consulting Group Corp.
Nisha Technologies Inc.
AEROTEK ULC
Olav Consulting Corp
Alcea Technologies Inc.
Outcome Consultants Inc.
Altis Human Resources (Ottawa) Inc.
PGF Consultants Inc.
Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
Portage Personnel Inc.
ARTEMP PERSONNEL SERVICES INC
Pricewaterhouse Coopers LLP
AZUR HUMAN RESOURCES LIMITED
Primex Project Management Limited
Belham PDS Inc.
Procom Consultants Group Ltd.
Beyond Technologies Consulting Inc.
Promaxis Systems Inc
BMT Fleet Technology Limited
Protak Consulting Group Inc.
Calian Ltd.
QinetiQ Limited
CBRE Limited
QMR Staffing Solutions Incorporated
CGI Information Systems and Management Consultants Inc.
S.i. Systems Ltd.
Cistel Technology Inc.
Samson & Associés CPA/Consultation Inc
Confluence Consulting Inc.
Sierra Systems Group Inc.
Contract Community Inc.
Solutions Moerae Inc
CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
T.E.S. Contract Services INC.
Donna Cona Inc.
TDV Global inc.
Emerion
The AIM Group Inc.
Etico, Inc.
The VCAN Group Inc.
Excel Human Resources Inc.
Turtle Island Staffing Inc.
Halo Management Consulting Inc.
Valcom Consulting group Inc.
IBISKA Telecom Inc.
Veritaaq Technology House Inc.
Security Requirement: Common PS SRCL #41 applies
Minimum Corporate Security Required: Facility Security Clearance – N/A
Minimum Resource Security Required: Secret
DND Contact
Name: Marisol Dufour
Phone Number: 819-939-5099
E-Mail Address: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
Enquiries
Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. 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 “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
NOTE: Task and Solutions Professional Services (TSPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI‐NCRIMOS@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
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- Dufour, Marisol
- Phone
- 819-939-5099
- Email
- marisol.dufour@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.