Task Based Professional Services (TSPS) Requirement

Solicitation number W6369-19-X051

Publication date

Closing date and time 2019/03/20 14:00 EDT


    Description

    Task Based Professional Services (TSPS) Requirement

    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:

    • 5.16 Life Cycle Management Manager (Intermediate)

    The following SA Holders have been invited to submit a proposal.

    7351933 Canada Inc

    ACF Associates Inc.

    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    AEROTEK ULC

    Altis Human Resources (Ottawa) Inc.

    BMT CANADA LTD.

    CAE Inc.

    Calian Ltd.

    Deloitte Inc.

    Fleetway Inc.

    L-3 Technologies MAS Inc.

    Maverin Business Services Inc.

    Mishkumi Technologies Inc.

    Mist Mobility Integrated Systems Technology Inc.

    Neosoft Technologies Inc.

    Olav Consulting Corp

    Platinum Technologies Inc.

    Procom Consultants Group Ltd.

    Promaxis Systems Inc

    QinetiQ Limited

    Stantec Consulting Ltd.

    T.E.S. Contract Services INC.

    The AIM Group Inc.

    Thomas&Schmidt Inc.

    Tiree Facility Solutions Inc.

    Valcom Consulting group Inc.

    Description of the Requirement:

    This contract is being issued to satisfy the requirement of the Department of National Defence (DND) (the “Client”) for the provision of Task and Solutions Professional Services. DND has a requirement for professional services consultants with demonstrated expertise in the Technical, Engineering and Maintenance Services Stream, as a Life Cycle Management Specialist (5.16).

    The Department of National Defence (DND) has a requirement for one (1) Intermediate Life Cycle Management Specialist (LCMS) under the Technical, Engineering and Maintenance Services (TEMS) Supply Arrangement (SA). The resource must provide quality assurance related activities and on-site management support of military aircraft maintenance, repair and overhaul.

    Level of Security Requirement:

    SECRET Security Requirement with COMMON-PS-SRCL#20

    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 date of contract to 31 March, 2020. There are three (3), one (1) year options to extend the term of the contract from:

    - 1 April, 2020 to 31 March 2021

    - 1 April, 2021 to 31 March 2022

    - 1 April 2022 to 31 March 2023.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 120 days for the Intermediate Life Cycle Management Specialist (LCMS).

    The estimated level of effort for each option period will be for 120 days for the Intermediate Life Cycle Management Specialist (LCMS).

    File Number: W6369-19-X051

    Contracting Authority Representative: Maxime Imbert

    E-Mail: Maxime.Imbert@forces.gc.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

    • 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
    • Agreement on Internal Trade (AIT)
    • 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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Imbert, Maxime
    Email
    maxime.imbert@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

    Summary information

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