Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

NPP – W6399-18-KC73/A – TBIPS SA – One (1) Intermediate Project Manager

Solicitation number W6399-18-KC73/A

Publication date

Closing date and time 2019/01/02 14:00 EST


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W6399-18-KC73/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of P.9. Intermediate Project Manager under Stream 5: Project Management Services. The intent of this solicitation is to establish up to one (1) Contract for 250 days, with the option to extend the term of the Contract by up to four (4) 250-day irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task Based Informatics Professional Services (TBIPS) Supply Arrangement (SA) number EN578-055605.

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).

    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services.

    List of Pre-Qualified Suppliers:

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    • 1019837 Ontario Inc.
    • 1092009 Ontario Inc.
    • 2Keys Corporation
    • Accenture Inc.
    • Adecco Employment Services Limited/Services de placement Adecco Limited
    • ADGA Group Consultants Inc.
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    • AMITA Corporation
    • Belham PDS Inc.
    • Cache Computer Consulting Corp.
    • CAE Inc.
    • Calian Ltd.
    • CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    • CGI Information Systems and Management Consultants Inc.
    • Cisco Systems Canada Co.
    • CloseReach Ltd.
    • Cofomo Inc.
    • Compusult Limited
    • Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    • Conoscenti Technologies Inc.
    • Coradix technology Consulting Ltd.
    • Cygnos Corp.
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Deloitte Inc.
    • DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
    • Dolomite Networks Corporation
    • DWP Solutions Inc.
    • Eagle Professional Resources Inc.
    • Emerion
    • EMINENT SYSTEMS INC.
    • Emtec Infrastructure Services Canada Corporation
    • Ernst & Young LLP
    • ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    • eVision Inc., SoftSim Technologies Inc. in Joint Venture
    • Excel Human Resources Inc.
    • Fifalde Consulting Inc.
    • Flex Tech Services Inc.
    • FreeBalance Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • General Dynamics Land Systems – Canada Corporation
    • Harrington Marketing Limited
    • HCM WORKS INC./HCM TRAVAIL INC. 
    • Hitachi Vantara Inc.
    • HubSpoke Inc.
    • IBISKA Telecom Inc.
    • IBM Canada Limited/IBM Canada Limitée
    • IDS Systems Consultants Inc.
    • Info-Electronics H.P. Systems Inc.
    • Integra Networks Corporation
    • IT/Net - Ottawa Inc.
    • IT/NET OTTAWA INC, KPMG LLP, in joint venture
    • IT/NET OTTAWA INC, KPMG LLP, in joint venture 
    • Juno Risk Solutions Incorporated
    • KPMG LLP
    • Lansdowne Technologies Inc.
    • Leidos Canada Inc.
    • Louis Tanguay Informatique Inc.
    • Lumina IT inc.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDA Systems Ltd.
    • MDOS CONSULTING INC.
    • Michael Wager Consulting Inc.
    • Mindwire Systems Ltd.
    • Modis Canada Inc
    • New Technologies Inc.
    • Newfound Recruiting Corporation
    • Nortak Software Ltd.
    • NRNS Incorporated
    • OpenFrame Technologies, Inc.
    • Phirelight Security Solutions Inc.
    • PRECISIONERP INCORPORATED
    • PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    • Presidia Security Consulting Incorporated
    • Pricewaterhouse Coopers LLP
    • Procom Consultants Group Ltd.
    • Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    • Proex Inc.
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • QMR Staffing Solutions Incorporated
    • Quallium Corporation
    • Randstad Interim Inc.
    • Reticle Ventures Canada Incorporated
    • Rockwell Collins Canada Inc.
    • S.i. Systems Ltd.
    • Sierra Systems Group Inc.
    • SoftSim Technologies Inc.
    • Solana Networks INC.
    • Somos Consulting Group Ltd.
    • Spaghetti Logic Inc.
    • Sphyrna Security Incorporated
    • SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    • Systemscope Inc.
    • T.E.S. Contract Services INC.
    • TAG HR The Associates Group Inc.
    • Thales Canada Inc.
    • The AIM Group Inc.
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    • The Devon Group Ltd.
    • The Halifax Computer Consulting Group Inc.
    • The KTL Group, Inc.
    • Tiree Facility Solutions Inc.
    • TPG Technology Consulting Ltd.
    • Trillys Systems inc.
    • TRM Technologies Inc.
    • Turtle Island Staffing Inc.
    • Unisys Canada Inc.
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.

    Should an uninvited SA Holder wish to be invited, they may contact the Contracting Authority to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the solicitation process, they may not be reflected in a bid solicitation amendment.

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    SRCL: Custom SRCL- W6399-18-KC73

    Supplier Security Clearance required: TOP SECRET

    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security, and Other Requirements, and Part 7 – Resulting Contract Clauses. 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.

    This solicitation is restricted to Canadian Eyes Only (CEO).

    Controlled Goods :

    This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).

    Location of Work :

    Region: National Capital Region

    Specific Locations: To be provided at Contract award

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Mélanie Simpson

    Email: melanie.simpson@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada.

    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)

    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
    Simpson, Melanie
    Phone
    819-939-6492
    Email
    melanie.simpson@forces.gc.ca
    Address
    101 Colonel By Drive
    Ottawa, ON, K0A 0K0
    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
    Canada
    Procurement method
    Competitive – Selective Tendering

    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: