TSPS - Reserve Force Pension Plan (RFPP) data collection

Solicitation number W6369-18-X047/A

Publication date

Closing date and time 2018/10/05 14:00 EDT


    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 E60ZT-16TSPS who qualified under Tier 1 for the following categories:

    • Two (2) 2.11 Level 3 Information/Records Management/Recordkeeping Specialist; and
    • Four (4) 2.11 Level 1 Information/Records Management/Recordkeeping Specialists.

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

    1019837 Ontario Inc.

    7792395 Canada Inc.

    A Hundred Answers Inc.

    A. Net Solutions Inc.

    Accenture Inc.

    ACF Associates Inc.

    ADGA Group Consultants Inc.

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

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    AECOM Canada Ltd.

    Altis Human Resources (Ottawa) Inc.

    ALTRUISTIC INFORMATICS CONSULTING INC.

    ARTEMP PERSONNEL SERVICES INC

    BDO Canada LLP

    Beyond Technologies Consulting Inc.

    BMT CANADA LTD.

    Bridgetown Consulting Inc.

    Calian Ltd.

    Canadian Development Consultants International Inc.

    CGI Information Systems and Management Consultants Inc.

    Cistel Technology Inc.

    CloseReach Ltd.

    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    Contract Community Inc.

    Coradix technology Consulting Ltd.

    CORE Software Corp

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    DevPar Financial Consulting Ltd.

    Donna Cona Inc.

    DPRA Canada Incorporated

    Eagle Professional Resources Inc.

    Emerion

    Ernst & Young LLP

    Excel Human Resources Inc.

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBISKA Telecom Inc.

    IBM Canada Limited/IBM Canada Limitée

    IDS Systems Consultants Inc.

    iFathom Corporation

    IT/Net - Ottawa Inc.

    KPMG LLP

    KSAR & ASSOCIATES INC

    Lannick Contract Solutions Inc.

    Lansdowne Technologies Inc.

    Le Groupe Conseil Bronson Consulting Group

    Leverage Technology Resources Inc.

    Manpower Services Canada Ltd.

    Maplesoft Consulting Inc.

    MDOS CONSULTING INC.

    MGIS Inc.

    Michael Wager Consulting Inc.

    Mindstream Training Center and Professional Services Bureau, Inc

    Mindwire Systems Ltd.

    Mishkumi Technologies Inc.

    Modis Canada Inc

    NATTIQ INC.

    NavPoint Consulting Group Inc.

    Newfound Recruiting Corporation

    Olav Consulting Corp

    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE

    Orbis Risk Consulting Inc.

    PGF Consultants Inc.

    Pleiad Canada Inc.

    Pricewaterhouse Coopers LLP

    Promaxis Systems Inc

    Protak Consulting Group Inc.

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Robertson & Company Ltd.

    S.i. Systems Ltd.

    Samson & Associés CPA/Consultation Inc

    Sierra Systems Group Inc.

    Somos Consulting Group Ltd.

    Spearhead Management Canada Ltd.

    Systemscope Inc.

    TDV Global inc.

    TeraMach Technologies Inc.

    The AIM Group Inc.

    The Strategic Review Group Inc.

    Thomas&Schmidt Inc.

    Tiree Facility Solutions Inc.

    TPG Technology Consulting Ltd.

    TRM Technologies Inc.

    Turtle Island Staffing Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    Zernam Enterprise Inc

    Description of the Requirement:

    The Department of National Defence (DND), specifically Chief Military Personnel Command (CMPC), requires the professional services of several resources to assist with the Reserve Force Pension Plan (RFPP) data collection for the Office of the Auditor General (OAG). It is intended to result in the award of one (1) contract for approximately eight (8) months. There are no option periods required.

    Level of Security Requirement:

    Security Requirement: Custom SRCL - W6369-18-X047 applies

    Minimum Corporate Security Required: DOS – Reliability

    Document Safeguarding Required: Protected B

    Minimum Resource Security Required: Reliability

    Applicable Trade Agreements:

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

    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    Canadian Free Trade Agreement (CFTA)

    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 approximately eight (8) months later.

    Estimated Level of Effort:

    The cumulative estimated level of effort of the various resources for the contract will be for approximately 530 days.

    File Number: W6369-18-X047/A

    Contracting Authority: Anna Maria Mangone

    Phone Number: 819-939-8485

    E-Mail: Anna-Maria.Mangone@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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Mangone, AnnaMaria
    Phone
    819-939-8485
    Email
    Anna-Maria.Mangone@forces.gc.ca
    Address
    101 Colonnel By
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: