Procurement Specialist, Ottawa, Ontario
Solicitation number NRCan-5000042423
Publication date
Closing date and time 2018/12/07 14:00 EST
Last amendment date
Description
Please note that the TSPS NPP MUST be published simultaneously with the issuance of the invitation to suppliers.
This requirement is for: Natural Resources Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 1 for the following category(ies):
Stream 3: Project management services, Sub-Stream 3.7: Procurement Specialist
The following SA Holders have been invited to submit a proposal.
- Setaside Solutions Aboriginal Joint-Venture (4336615 Canada Inc. and RFP Solutions Inc. joint-venture)
- Access Corporate Technologies Inc.
- Blue Water Sourcing Inc.
- FMC Professionals Inc.
- HDP Group Inc.
- IT/Net – Ottawa Inc.
- Team KOROC/Isheva (Koroc Consulting Inc., Isheva Inc. in Joint Venture)
- LP Services Group Inc.
- MaxSys Staffing & Consulting Inc.
- Mindstream Professional Services, Inc
- N12 Consulting Corporation
- NavPoint Consulting Group Inc.
- Pleiad Canada Inc.
- Portage Personnel Inc.
- QMR Consulting & Professional Staffing
- RFP Solutions Inc.
- Robertson & Company Ltd
- Strategic Relationships Solutions Inc. o/a SRS
- TAG HR – The Associates Group Human Resources
- The AIM Group Inc.
- Thomas & Schmidt Inc.
Description of the Requirement:
Natural Resources Canada’s (NRCan) Corporate Procurement Services Unit is seeking proposals from bidders for the services of up to two (2) Procurement Specialists to assist with processing complex procurement requirements (valued over $25,000.00). The Contract will be in effect from date of award for a period of 5 months, with an option to extend by two (2) additional 3 months periods.
The duties of the resource(s) will be similar to the ones a Government of Canada Procurement Specialist would typically be subject to, without the actual accountability associated with approving and signing contractual document. The resource(s) will be responsible for leading the full-cycle procurement process for multiple commodities across the goods, services, and construction sectors using various procurement tools available to NRCan.
The resource(s) must be able to work on site at 580 Booth Street, Ottawa, Ontario location.
Up to two (2) contracts may be awarded under this procurement process. Bidders can submit up to two (2) resources with their bid proposal. If a bidder submits two (2) resources with their bid proposal, they will be evaluated as two separate proposals during the technical and financial evaluation process. The resources that ranks the highest and second highest ranked resource will proceed to the interview stage. If the resources (or references) are unable to verify or validate the information stated in the proposal (and CV), NRCan will proceed to the next highest ranked resource(s) as per the process specified under Part 4, article 4.3.
The two (2) resources may be selected from two (2) separate bid proposals or from one bidder if both resources are deemed the highest ranked resources. If the resources being recommended for award are from one bidder, only one contract will be awarded under this procurement process.
Level of Security Requirement:
Company Minimum Security Level Required
Canada
X Protected A
X Protected B
Resource Minimum Security Level Required
Canada
X Protected A
X Protected B
Special comments: Resource will require Reliability Status personnel security clearance
Applicable Trade Agreements:
The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA) and the Canadian Free Trade Agreement (CFTA).
The resulting contract will not include deliveries of services within locations within Yukon, Northwest Territorites, Nunavut, Quebec, or Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirements for deliveries of services within locations within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador that are subject to CLCAs will have to be treated as a separate procurement not forming part of the bid solicitation.
Proposed period of contract:
The proposed period of contract shall be from date of award to May 31, 2019 inclusive.
Option to Extend the Contract:
The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional three (3) months periods, from June 1, 2019 to August 31, 2019 and September 1, 2019 to November 30, 2019, under the same conditions.
Estimated Level of Effort:
The estimated level of effort of the contract will be up to 5 months.
File Number: NRCan-5000042423
Contracting Authority: Nicole Levesque-Welch
Phone Number: 343-292-6083
E-Mail: nicole.levesquewelch@canada.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
-
Agreement on Internal Trade (AIT)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada
- Contracting authority
- LevesqueWelch, Nicole
- Phone
- 343-292-6083
- Email
- nicole.levesquewelch@canada.ca
- Address
-
580 Booth StreetOttawa, ON, K1A 0E4CA
Buying organization(s)
- Organization
-
Natural Resources Canada
- Address
-
580 Booth StOttawa, Ontario, K1A 0E4Canada
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.