Quality Assurance Procurements Specialist

Solicitation number NRCan-5000042424

Publication date

Closing date and time 2019/01/04 14:00 EST

Last amendment date


    Description

    TASK Based Professional Services (TSPS) Requirement

    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.

    1. 4336615 Canada Inc. and RFP Solutions Inc. joint-venture
    2. 7551444 Canada Inc.
    3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    4. ADRM Technology Consulting Group Corp.
    5. ADRM Technology Consulting Group Corp. and Randstad Interim Inc.
    6. Auguste Solutions and Associates Inc.
    7. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    8. Donna Cona Inc.
    9. Koroc Consulting Inc., Isheva Inc. in Joint Venture
    10. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In Joint Venture
    11. Maverin Business Services Inc.
    12. Mishkumi Technologies Inc.
    13. Mobile Resource Group Inc.
    14. NATTIQ Inc.
    15. Naut’sa mawt Resources Group, Inc.
    16. OLAV Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in Joint Venture
    17. Orbis Risk Consulting Inc.
    18. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., in Joint Venture
    19. Symbiotic Group Inc.
    20. Transpolar Technology Corporation and The Halifax Computer Consulting Group in Joint Venture
    21. Turtle Technologies Inc.

    Description of the Requirement:

    Natural Resource Canada’s (NRCan) Procurement Policy Analysis and Reporting (PPAR) unit is seeking proposals from bidders for the services of up to two (2) Quality Assurance Procurements Specialists to conduct post-procurement Quality Assurance reviews of procurement files and to provide strategic policy and communication advice on procurement related topics. The Contract will be in effect from date of award to June 30, 2019, with an option to extend by two (2) additional 6 months periods.

    The resource(s) must be able to work on site at 580 Booth Street, Ottawa, Ontario location.

    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.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada - Protected A and B

    Resource Minimum Security Level Required

    Canada - Protected A and B

    Special comments: Resource will require Reliability Status personnel security clearance

    Procurement Strategy for Aboriginal Business (PSAB):

    This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, refer to Annex 9.4 of the Supply Manual. This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

    Proposed period of contract:

    The proposed period of contract shall be from date of award to June 30, 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 six (6) months periods, from July 1, 2019 to December 31, 2019 and January 1, 2020 to June 30, 2020, under the same conditions.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be up to 6 months.

    File Number: NRCan-5000042424

    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

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    LevesqueWelch, Nicole
    Phone
    343-292-6083
    Email
    nicole.levesquewelch@canada.ca
    Address
    580 Booth Street
    Ottawa, ON, K1A 0E4
    CA

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering