TSPS-Financial Specialist (level 3)
Solicitation number W6369-19-X042
Publication date
Closing date and time 2018/12/13 02:00 EST
Description
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 category: Financial Specialist (Level 3)
The following SA Holders have been invited to submit a proposal.
1019837 Ontario Inc.
1092009 Ontario Inc.
2261271 Ontario Inc
4Plan Consulting Corp.
529040 ONTARIO INC and 880382 ONTARIO INC
7792395 Canada Inc.
8005931 Canada Inc
A Hundred Answers Inc.
A. Net Solutions Inc.
Accenture Inc.
Access Corporate Technologies Inc.
Action Personnel of Ottawa-Hull Ltd
Adecco Employment Services Limited/Services de placement Adecco Limited
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
AdvisorOnTrack Inc.
AEROTEK ULC
Altis Human Resources (Ottawa) Inc.
Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
ALTRUISTIC INFORMATICS CONSULTING INC.
ARTEMP PERSONNEL SERVICES INC
ASC Gp, Inc.
Auguste Solutions and Associates Inc.
Avenai Inc.
AZUR HUMAN RESOURCES LIMITED
Beyond Technologies Consulting Inc.
BP & M Government IM & IT Consulting Inc.
Cache Computer Consulting Corp.
Canadian & International Project Management Ltd., PROMIL PAUL, BIKASH PAUL , in joint venture
Careway Informatics Incorporated
CGI Information Systems and Management Consultants Inc.
Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
Coradix technology Consulting Ltd.
Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
Dare Human Resources Corporation
Eagle Professional Resources Inc.
Fiscal Realities Economists Ltd.
Foursight Consulting Group Inc.
Groupe Alithya Inc / Alithya Group Inc
Halo Management Consulting Inc.
I4C INFORMATION TECHNOLOGY CONSULTING INC
IBM Canada Limited/IBM Canada Limitée
Information Management and Technology Consultants Inc.
Lannick Contract Solutions Inc.
Le Groupe Conseil Bronson Consulting Group
Leo-Pisces Services Group Inc.
Leverage Technology Resources Inc.
Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
Maverin Business Services Inc.
MaxSys Staffing & Consulting Inc.
MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
Mindstream Training Center and Professional Services Bureau, Inc
NavPoint Consulting Group Inc.
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE
Otus Strategic Financial Business Planning Group
Phirelight Security Solutions Inc.
Primex Project Management Limited
Primexx Ventures Inc., Alejandra Carrillo in JV
QMR Staffing Solutions Incorporated
R3D Conseil Inc. / R3D Consulting Inc.
Raymond Chabot Grant Thornton Consulting Inc.
Rider Levett Bucknall (Canada) Ltd.
Samson & Associés CPA/Consultation Inc
Spearhead Management Canada Ltd.
Strategic Relationships Solutions Inc.
SYNERGIE HUNT INTERNATIONAL INC
TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre
The Halifax Computer Consulting Group Inc.
The Right Door Consulting & Solutions Incorporated
TPG Technology Consulting Ltd.
Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
Tundra Technical Solutions Inc
UNIVERSITY OF OTTAWA / UNIVERSITÉ D'OTTAWA
Veritaaq Technology House Inc.
Description of the Requirement:
DND has a requirement for Task Based Professional Services, specifically one (1) Financial Specialist (Level 3).
Level of Security Requirement:
Reliability Status.
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 the date of contract award to two (2) years later (estimated).
Estimated Level of Effort:
The estimated level of effort of the contract will be for 220 days per year.
File Number: W6369-19-X042
Contracting Authority: Johanne De Rito, D Svcs C 4-2-2
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 DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- De Rito, Johanne
- Email
- Johanne.DeRito@forces.gc.ca
- Address
-
105 Hotel de Ville, 4th Floor, 4-070Gatineau, QC, K1A 0K2CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada