5.16 Life Cycle Management Specialist -Senior
Solicitation number W8482-194804\A
Publication date
Closing date and time 2018/11/22 13:00 EST
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
This requirement is for: Department of National Defence.
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 (= $0 - $2M) for the following category:
- One (1) 5.16 Life Cycle Management Specialist -Senior
The following SA Holders have been invited to submit a proposal.
- 7351933 Canada Inc.
- ACF Associates Inc.
- Adirondack Information Management Inc.
- AEROTEK ULC.
- Altis Human Resources (Ottawa) Inc.
- Babcock Canada Inc.
- Calian Ltd.
- Fleetway Inc.
- Maverin Business Services Inc.
- Procom Consultants Group Ltd.
- Promaxis Systems Inc.
- The AIM Group Inc.
- Thomas & Schmidt Inc.
- Tiree Facility Solutions Inc.
- Valcom Consulting Group Inc.
Description of the Requirement:
This bid solicitation is being issued to satisfy the requirement of the Department of National Defence (DND) [the "Client'] for the provision of Task and Solutions Professional Services. The requirement is One (1) 5.16 Senior Life Cycle Management resources to support black and grey water outfitting systems.
Level of Security Requirement:
There are security requirements associated with this requirement:
SRCL: Common PS SRCL #21
Supplier Security Clearance required: SECRET
Security Level required (Document Safeguarding): None
For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Applicable Trade Agreements:
World Trade Organization Agreement on Government Procurement (WTO-AGP)
North American Free Trade Agreement (NAFTA)
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 26 November 2018 to 25 November 2021, followed by two (2) option periods of one (1) year, 26 November 2021 to 25 November 2022,
26 November 2022 to 25 November 2023.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 230 days.
File Number: W8482-194804/A
Contracting Authority: Raechel Allen, D Mar P 3-3-7
E-Mail: MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@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)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Leger-Roberts, Ricky
- Email
- MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@forces.gc.ca
- Address
-
101 Colonel By Dr.Ottawa, ON, K1A 0K2
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada