Life Cycle Management Specialist (Intermediate)
Solicitation number W6369-19-X026
Publication date
Closing date and time 2018/10/02 14:00 EDT
Last amendment date
Description
Task Based Professional Services (TSPS) Requirement
This requirement is for the Department of National Defence (DND).
This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following category:
5.16 Life Cycle Management Specialist (Intermediate)
The following SA Holders have been invited to submit a proposal:
7351933 Canada Inc
ACF Associates Inc.
Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
AEROTEK ULC
Altis Human Resources (Ottawa) Inc.
Babcock Canada Inc.
BMT CANADA LTD.
CAE Inc.
Calian Ltd.
Deloitte Inc.
Dillon Consulting Limited
Fleetway Inc.
International Safety Research Inc.
Maverin Business Services Inc.
Mishkumi Technologies Inc.
Mist Mobility Integrated Systems Technology Inc.
Neosoft Technologies Inc.
Olav Consulting Corp
Platinum Technologies Inc.
Procom Consultants Group Ltd.
Promaxis Systems Inc
QinetiQ Limited
Stantec Consulting Ltd.
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 requires the services of one (1) Intermediate Life Cycle Management Specialist (LCMS) to provide quality assurance related activities and on-site management support for the manufacturing of military components, equipment and systems.
It is intended to result in the award of one (1) contract for approximately one (1) year, plus three (3) 1-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), the North American Free Trade Agreement (NAFTA), the Canadian Free Trade Agreement (CFTA), the Canada-Europe Trade Agreement (CETA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force.
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 to 30 September 2019 (estimated).
Estimated Level of Effort:
The estimated level of effort of the contract will be for 240 days.
File Number: W6369-19-X026
Contracting Authority: Kent Johnston
E-Mail: Kent.Johnston@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)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras 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
- Johnston, Kent
- Phone
- 819-939-8836
- Email
- kent.johnston@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