Two (2) Financial Specialists
Solicitation number W8485-TSPS2018-17
Publication date
Closing date and time 2018/02/05 13:00 EST
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS)
GSIN: R019R– Professional Services / Financial Analysis
Reference Number: TSPS 2018-17
Solicitation Number: W8485-TSPS2018-17
Organization Name: Department of National Defence – Directorate of Aerospace Procurement
Solicitation Date: January 22, 2018
Closing Date: 5 February, 2018
2:00 p.m. Eastern Daylight Time (EDT)
Anticipated Start Date: February 12, 2018
Estimate Level of Effort: 240 days per each Resource (for initial Contract Period)
Contract Duration:
The contract period will be for an initial period of one (1) year, plus two (2) irrevocable option years to extend the term of the contract.
Solicitation Method: Competitive
Applicable Trade Agreements: NAFTA, CFTA, CColFT, CPFTA, WTO-AGP, CCFTA, CPanFTA
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 3.8: Financial Specialist, Senior (Level 3)
- Stream 3, Sub-Stream 3.8: Financial Specialist, Intermediate (Level 2)
The following 62 SA Holders have been invited to submit a proposal:
- 1019837 Ontario Inc
- 1092009 Ontario Inc
- 2261271 Ontario Inc
- 3056058 Canada inc. operating as CLA Personnel
- Access Corporate Technologies Inc.
- Action Personnel of Ottawa-Hull Ltd
- ADGA Group Consultants Inc.
- Altis Human Resources (Ottawa) Inc
- Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
- ARTEMP PERSONNEL SERVICES INC
- AZUR HUMAN RESOURCES LIMITED
- Breckenhill Inc.
- Calian Ltd.
- Contract Community Inc.
- Contract Community Inc., Nisha Technologies inc. in Joint venture
- Dare Human Resources Corporation
- Deloitte Inc.
- Eagle Professional Resources Inc.
- Ernst & Young LLP
- Excel Human Resources Inc.
- Facilité Informatique Canada Inc.
- Foursight Consulting Group Inc.
- HDP Group Inc
- IAN MARTIN LIMITED
- Icegate Solutions Inc.
- IDS Systems Consultants Inc.
- KPMG LLP
- Lannick Contract Solutions Inc.
- Le Groupe Conseil Bronson Consulting Group
- Leverage Technology Resources Inc.
- Lumina IT inc.
- Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
- Maplesoft Consulting Inc.
- MaxSys Staffing & Consulting Inc.
- Mindstream Training Center and Professional Services Bureau, Inc
- Mishkumi Technologies Inc.
- Modis Canada Inc
- N12 Consulting Corporation
- Olav Consulting Corp
- Pleiad Canada Inc.
- Portage Personnel Inc.
- Pricewaterhouse Coopers LLP
- Primex Project Management Limited
- Procom Consultants Group Ltd.
- Prologic Systems Ltd.
- Promaxis Systems Inc
- QMR Staffing Solutions Incorporated
- Randstad Interim Incorporated
- Raymond Chabot Grant Thornton Consulting Inc.
- Robertson & Company Ltd.
- S.i. Systems Ltd.
- Spearhead Management Canada Ltd.
- Strategic Relationships Solutions Inc.
- TDV Global inc.
- The AIM Group Inc.
- The Halifax Group
- The VCAN Group Inc.
- TRM Technologies Inc.
- Turtle Island Staffing Inc.
- Valcom Consulting group Inc.
- Zernam Enterprise Inc.
- ZW Project Management Inc.
The Department of National Defence (DND) requires professional services of two (2) Financial Specialists, Senior and Intermediate, to support the Program Management Sustainment Initiative (PMSI) team.
-There are contracted resources performing similar work in the last 12 months.
Security Requirement: Common PS SRCL #41 applies
Minimum Corporate Security Required: Facility Security Clearance
Minimum Resource Security Required: Secret
DND Contact
Name: Natalie Bastianello-Lamoureux
Phone Number: 819-939-5083
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
-
Agreement on Internal Trade (AIT)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
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
- Bastianello-Lamoureux, Natalie
- Phone
- 819-939-5083
- Email
- Natalie.Bastianello-Lamoureux@forces.gc.ca
- Address
-
101 Colonel By DriveOttawa, ON, K1A 0K2CA
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.