Intermediate Life Cycle Management Specialist

Solicitation number W6369-19-X010

Publication date

Closing date and time 2018/06/19 14:00 EDT


    Description

    Task Based Professional Services (TSPS) Requirement

    This requirement is for the Department of National Defence (DND) and is open only to those Supply Arrangement Holders under E60ZN-16TSPS who qualified under Tier 1 for the following category:

    Technical, Engineering and Maintenance Services Stream for the services of an Intermediate Life Cycle Management Specialist.

    The following SA Holders have been invited to submit a proposal.

    7351933 Canada Inc (Bourk Software & Consulting)

    ACF Associates Inc.

    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    AEROTEK ULC

    Altis Human Resources (Ottawa) Inc.

    BMT Fleet Technology Limited

    CAE Inc.

    Calian Ltd.

    Deloitte Inc.

    Dillon Consulting Limited

    International Safety Research Inc.

    L-3 Technologies MAS Inc.

    Maverin Business Services Inc.

    Mishkumi Technologies Inc.

    Neosoft Technologies Inc.

    Olav Consulting Corp

    Platinum Technologies Inc.

    Procom Consultants Group Ltd.

    Promaxis Systems Inc

    QinetiQ Limited

    T.E.S. Contract Services INC.

    The AIM Group Inc.

    Thomas & Schmidt Inc.

    Tiree Facility Solutions Inc.

    Valcom Consulting group Inc.

    Description of the Requirement:

    DND has a requirement for Task Based Professional Services, specifically one (1) Intermediate Life Cycle Management Specialist (LCMS) provide quality assurance related activities and on-site management support for the manufacturing of military aircraft components in the Toronto, Ontario Work Center. 

    It is intended to result in the award of one (1) contract for approximately two (2) years, plus one (1) two-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement:

    Secret

    Applicable Trade Agreements:

    World Trade Organization Agreement on Government Procurement (WTO-AGP)

    North American Free Trade Agreement (NAFTA)

    Canada-Chile Free Trade Agreement (CCFTA)

    Agreement on Internal Trade (AIT)

    Canada-Peru Free Trade Agreement (CPFTA)

    Canada-Columbia Free Trade Agreement (CColFTA)

    Canada-Panama Free Trade Agreement (CPanFTA)

    Canada-Honduras Free Trade Agreement (CHFTA)

    Canada-Korea Free Trade Agreement (CKFTA)

    Associated Documents:

    Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed Period of Contract:

    The proposed period of contract shall be from date of contract award to August 31, 2020 (estimated).

    Estimated Level of Effort:

    The estimated level of effort of the contract is 480 days.

    The estimated level of effort of the option is 480 days.

    File Number: W6369-19-X010

    Contracting Authority: Johanne De Rito

    E-Mail: Johanne.DeRito@forces.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    De Rito, Johanne
    Phone
    819-939-8451
    Email
    Johanne.DeRito@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
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering