One (1) Business Process Consultant, Intermediate
Solicitation number W8485-TSPS2019-07/A
Publication date
Closing date and time 2019/03/12 15:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS).
TASK BASED E60ZT-16TSPS PROFESSIONAL SERVICES REQUIREMENT
FILE NUMBER: W8485-TSPS2019-07/A
TIER 1 (< $2M)
This requirement is for the Department of National Defence (DND).
This requirement is for the:
- Stream 2: Business Consulting / Change Management Stream
for the services of:
- One (1) Business Process Consultant, Intermediate
Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years plus one (1) one-year irrevocable option allowing Canada to extend the term of the Contract.
Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), 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).
Location of Work to be Performed
Region(s): National Capital Region
Specific Location(s): 455 Boulevard de la Carrière, Gatineau, QC
Security Requirement
Security Requirements Check List: Common PS SRCL #20
Supplier Security Clearance required: FSC - Secret
Security Level required (Document Safeguarding): None
Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.
File Number: W8485-TSPS2019-07/A
DND POC: Blair McDougall
E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
The Department of National Defence (DND) requires the services of one (1) Business Process Consultant, Intermediate, to provide support to the Director Aerospace Equipment Program Management (Tactical Aviation & Simulation) DAEPM(TA&S).
Documents may be submitted in either official language of Canada.
The TSPS 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 TSPS, please contact Public Works and Government Services Canada (PWGSC) at: spts.tsps@tpsgc-pwgsc.gc.ca.
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 only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
- 1019837 Ontario Inc.
- 3056058 Canada inc.
- 7351933 Canada Inc
- ADGA Group Consultants Inc.
- Altis Human Resources (Ottawa) Inc.
- ARTEMP PERSONNEL SERVICES INC
- Beyond Technologies Consulting Inc.
- Bridgetown Consulting Inc.
- Calian Ltd.
- Conoscenti Technologies Inc.
- Contract Community Inc.
- Coradix technology Consulting Ltd.
- Dare Human Resources Corporation
- Donna Cona Inc.
- Excel Human Resources Inc.
- Fast Track Staffing, 49 Solutions in Joint Venture
- Foursight Consulting Group Inc.
- Halo Management Consulting Inc.
- HDP Group Inc
- IBISKA Telecom Inc.
- InfoMagnetics Technologies Corporation (IMT)
- Juno Risk Solutions Incorporated
- Lannick Contract Solutions Inc.
- Lansdowne Technologies Inc.
- Maverin Business Services Inc.
- MaxSys Staffing & Consulting Inc.
- Mindwire Systems Ltd.
- Modis Canada Inc
- NavPoint Consulting Group Inc.
- Newfound Recruiting Corporation
- OpenFrame Technologies, Inc.
- Performance Management Network Inc.
- Pricewaterhouse Coopers LLP
- Promaxis Systems Inc
- QinetiQ Limited
- Quallium Corporation
- S.i. Systems Ltd.
- Sierra Systems Group Inc.
- Spearhead Management Canada Ltd.
- TAG HR The Associates Group Inc.
- The VCAN Group Inc.
- Valcom Consulting group Inc.
- Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- McDougall, Blair
- Phone
- 819-939-4278
- Email
- DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
- Address
-
455 Blvd de la CarriereGatineau, QC, K1A 0K2CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada