NPP – W8486-195921/A – TSPS SA – One (1) Senior Life Cycle Management Specialist

Solicitation number W8486-195921/A

Publication date

Closing date and time 2019/04/11 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-195921/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 5.16 – Life Cycle Management Specialist under Stream 5: Technical Engineering and Maintenance Services Stream The intent of this solicitation is to establish up to one (1) Contract for three (3) initial years, with the option to extend the term of the Contract by up to two (2) 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 E60ZT-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:

    • 7351933 Canada Inc
    • ACF Associates Inc.
    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    • AEROTEK ULC
    • Altis Human Resources (Ottawa) Inc.
    • Babcock Canada Inc.
    • BMT CANADA LTD.
    • CAE Inc.
    • Calian Ltd.
    • Deloitte Inc.
    • Dillon Consulting Limited
    • 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
    • Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture
    • Pennant Canada Limited
    • 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.

      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.

    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 Boulevard St-Joseph, Richelieu Building, Gatineau, Quebec

    BIDDERS’ INQUIRIES

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

    Name: Iain FitzGerald

    Email: iain.fitzgerald@forces.gc.ca

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

    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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Iain, FitzGerald
    Phone
    613-971-3243
    Email
    iain.fitzgerald@forces.gc.ca
    Address
    Attention: Iain FitzGerald
    DLP 2-3-1-1
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2

    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
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Selective Tendering