SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

NPP – W8486-195893/A – TSPS SA – One (1) Project Leader, Intermediate

Solicitation number W8486-195893/A

Publication date

Closing date and time 2019/03/11 15:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-195893/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of one (1) 3.3 Project Leader, Intermediate under Stream 3: Project Management Services Stream. The intent of this solicitation is to establish up to One (1) Contract for one (1) year, with the option to extend the term of the Contract by up to four (4) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZN-16TSPS.

    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 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).

    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.
    • 3056058 Canada inc.
    • 4165047 Canada Inc.
    • 4Plan Consulting Corp.
    • 529040 ONTARIO INC and 880382 ONTARIO INC
    • 6362222 Canada Inc.
    • 7792395 Canada Inc.
    • 8005931 Canada Inc
    • Net Solutions Inc.
    • Accenture Inc.
    • Access Corporate Technologies Inc.
    • ACF Associates Inc.
    • Action Personnel of Ottawa-Hull Ltd
    • Adecco Employment Services Limited/Services de placement Adecco Limited
    • ADGA Group Consultants Inc.
    • Adhartas Consulting Inc.
    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    • Adobe Systems Canada Inc.
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    • AdvisorOnTrack Inc.
    • AEROTEK ULC
    • Alcea Technologies Inc.
    • 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.
    • AMITA Corporation
    • ARTEMP PERSONNEL SERVICES INC
    • Auguste Solutions and Associates Inc.
    • Avenai Inc.
    • AZUR HUMAN RESOURCES LIMITED
    • Babcock Canada Inc.
    • BDO Canada LLP
    • Belham PDS Inc.
    • Bevertec CST Inc.
    • Beyond Technologies Consulting Inc.
    • BMT CANADA LTD.
    • Boeing Canada Operations Ltd.
    • BP & M Government IM & IT Consulting Inc.
    • Breckenhill Inc.
    • Bridgetown Consulting Inc.
    • BurntEdge Incorporated
    • Cache Computer Consulting Corp.
    • Calian Ltd.
    • CBRE Limited
    • CGI Information Systems and Management Consultants Inc.
    • CIMA+ S.E.N.C.
    • Cistel Technology Inc.
    • CloseReach Ltd.
    • CM Inc.
    • Colliers Project Leaders Inc.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • COLLIGO CONSULTING INCORPORATED
    • Confluence Consulting Inc.
    • Conoscenti Technologies Inc.
    • Contract Community Inc.
    • CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    • Coradix technology Consulting Ltd.
    • CORE Software Corp
    • CoreTracks Inc.
    • CPCS Transcom Limited
    • CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Dare Human Resources Corporation
    • DEL-PM INC.
    • Deloitte Inc.
    • Dillon Consulting Limited
    • DLS Technology Corporation
    • Donna Cona Inc.
    • DPRA Canada Incorporated
    • Durivage Management Solutions Limited
    • Eagle Professional Resources Inc.
    • Eclipsys Solutions Inc
    • Econ Inc.
    • EllisDon Corporation
    • Emerion
    • Ernst & Young LLP
    • Etico, Inc.
    • Excel Human Resources Inc.
    • Fast Track Staffing, 49 Solutions in Joint Venture
    • Fifalde Consulting Inc.
    • Fleetway Inc.
    • FMC Professionals Inc.
    • Foursight Consulting Group Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • Gelder, Gingras & Associates Inc.
    • Groupe Alithya Inc / Alithya Group Inc
    • Groupe Intersol Group Ltee.
    • Halo Management Consulting Inc.
    • Harrington Marketing Limited
    • HCM WORKS INC./HCM TRAVAIL INC.
    • HDP Group Inc
    • Holonics Inc.
    • HubSpoke Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IAN MARTIN LIMITED
    • IBISKA Telecom Inc.
    • IBM Canada Limited/IBM Canada Limitée
    • Icegate Solutions Inc.
    • IDS Systems Consultants Inc.
    • iFathom Corporation
    • InfoMagnetics Technologies Corporation (IMT)
    • Information Management and Technology Consultants Inc.
    • Integra Networks Corporation
    • IT/Net - Ottawa Inc.
    • Juno Risk Solutions Incorporated
    • Just Governance Group Ltd.
    • Kelly Sears Consulting Group
    • Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    • KPMG LLP
    • L-3 Technologies MAS Inc.
    • Lannick Contract Solutions Inc.
    • Lansdowne Technologies Inc.
    • Le Groupe Conseil Bronson Consulting Group
    • Lean Agility Inc.
    • Leo-Pisces Services Group Inc.
    • Leverage Technology Resources Inc.
    • Lightning Tree Consulting Inc.
    • LNW Consulting Inc
    • Lumina IT inc.
    • Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
    • Macogep inc.
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    • Manpower Services Canada Ltd.
    • Maplesoft Consulting Inc.
    • Maverin Business Services Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDOS CONSULTING INC.
    • Messa Computing Inc.
    • MGIS Inc.
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • Michael Wager Consulting Inc.
    • Mindstream Training Center and Professional Services Bureau, Inc
    • Mindwire Systems Ltd.
    • Mishkumi Technologies Inc.
    • Modis Canada Inc
    • NATTIQ INC.
    • NavPoint Consulting Group Inc.
    • Neosoft Technologies Inc.
    • Newfound Recruiting Corporation
    • Nisha Technologies Inc.
    • NIVA Inc
    • Nortak Software Ltd.
    • Olav Consulting Corp
    • OpenFrame Technologies, Inc.
    • OPUS LEADERS INC.
    • Orbis Risk Consulting Inc.
    • Otus Strategic Financial Business Planning Group
    • Outcome Consultants Inc.
    • PATHQUEST CONSULTING SERVICES INC.
    • Performance Management Network Inc.
    • PGF Consultants Inc.
    • Phirelight Security Solutions Inc.
    • Pleiad Canada Inc.
    • Portage Personnel Inc.
    • Posterity Group Consulting Inc,
    • POSTERITY GROUP CONSULTING INC., F S MATRIX INC., in joint venture
    • PRECISIONERP INCORPORATED
    • Pricewaterhouse Coopers LLP
    • Primexx Ventures Inc., Alejandra Carrillo in JV
    • Procom Consultants Group Ltd.
    • Proex Inc.
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • Protak Consulting Group Inc.
    • ProVision IT Resources Ltd.
    • QMR Staffing Solutions Incorporated
    • Quallium Corporation
    • Quantum Management Services Limited / Les services de gestion Quantum Limitée
    • R.A. Malatest & Associates Ltd.
    • RainMakers Consulting Services Inc
    • Randstad Interim Inc.
    • Raymond Chabot Grant Thornton Consulting Inc.
    • Revay and Associates Limited
    • Risk Sciences International Inc.
    • Robertson & Company Ltd.
    • Run Straight Consulting Ltd
    • S.i. Systems Ltd.
    • Samson & Associés CPA/Consultation Inc
    • Sheffield Blake Ltd.
    • Sierra Systems Group Inc.
    • Solutions Moerae Inc
    • Somos Consulting Group Ltd.
    • SpaceWerx Corporation
    • Stantec Consulting Ltd.
    • Stiff Sentences Incorporated
    • Strategic Relationships Solutions Inc.
    • Stratos Inc
    • Stratégia conseil inc
    • Sundiata Warren Group Inc.
    • Symbiotic Group Inc.
    • SYNERGIE HUNT INTERNATIONAL INC
    • Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    • Systemscope Inc.
    • T.E.S. Contract Services INC.
    • T.I.7 Inc.
    • TAG HR The Associates Group Inc.
    • TDV Global inc.
    • Teambuilder Consulting Inc.
    • Technomics, Incorporated
    • TECSIS Corporation
    • TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    • Telecan Space Inc
    • TeraMach Technologies Inc.
    • The AIM Group Inc.
    • The Halifax Computer Consulting Group Inc.
    • The Right Door Consulting & Solutions Incorporated
    • The VCAN Group Inc.
    • Tiree Facility Solutions Inc.
    • TPG Technology Consulting Ltd.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    • TRM Technologies Inc.
    • Tundra Technical Solutions Inc
    • Turtle Island Staffing Inc.
    • Turtle Technologies Inc.
    • Valcom Consulting group Inc.
    • Valency Inc
    • Veritaaq Technology House Inc.
    • WSP CANADA GROUP LIMITED
    • WSP Canada Inc.
    • Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    • Yoush Inc.
    • Zernam Enterprise Inc
    • ZW Project Management Inc.

    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: Common PS SRCL #20

    Supplier Security Clearance required: SECRET

    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security, Financial 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.

    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 Location: 975 St. Joseph Boulevard, Gatineau, Quebec

    BIDDERS’ INQUIRIES

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

    Name: Tyler Riopelle

    Email:  Tyler.Riopelle@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)
    • 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)

    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
    Riopelle, Tyler
    Email
    TYLER.RIOPELLE@forces.gc.ca
    Address
    101 Colonel By Dr
    Ottawa, ON, K1A 0K2
    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
    World
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: