Business Consultant (Senior) - (TSPS Tasks)

Solicitation number W3330-19-408

Publication date

Closing date and time 2019/06/28 14:00 EDT

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: Department of National Defence

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under “Tier 1” for the following category:

    Business Consultant - Senior

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

    1. Accenture Inc.
    2. Adecco Employment Services Limited/Services de placement Adecco Limited
    3. ADGA Group Consultants Inc.
    4. Altis Human Resources (Ottawa) Inc.
    5. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
    6. ARTEMP PERSONNEL SERVICES INC
    7. BDO Canada LLP
    8. Cache Computer Consulting Corp.
    9. Calian Ltd.
    10. CGI Information Systems and Management Consultants Inc.
    11. Coradix technology Consulting Ltd.
    12. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    13. Deloitte Inc.
    14. Donna Cona Inc.
    15. Eagle Professional Resources Inc.
    16. Eclipsys Solutions Inc
    17. Emerion
    18. Ernst & Young LLP
    19. Excel Human Resources Inc.
    20. Fast Track Staffing, 49 Solutions in Joint Venture
    21. FMC Professionals Inc.
    22. Global Advantage Consulting Group Inc (Ottawa)
    23. Groupe Intersol Group Ltee.
    24. I4C INFORMATION TECHNOLOGY CONSULTING INC
    25. IBISKA Telecom Inc.
    26. InfoMagnetics Technologies Corporation (IMT)
    27. Information Management and Technology Consultants Inc.
    28. Integra Networks Corporation
    29. IT/Net - Ottawa Inc.
    30. Kelly Sears Consulting Group
    31. Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    32. KPMG LLP
    33. Lannick Contract Solutions Inc.
    34. Lansdowne Technologies Inc.
    35. Lumina IT inc.
    36. Maplefox Projects Inc.
    37. Mindstream Training Center and Professional Services Bureau, Inc
    38. Mindwire Systems Ltd.
    39. Modis Canada Inc
    40. NATTIQ INC.
    41. Newfound Recruiting Corporation
    42. OpenFrame Technologies, Inc.
    43. PGF Consultants Inc.
    44. Posterity Group Consulting Inc,
    45. Pricewaterhouse Coopers LLP
    46. Primexx Ventures Inc., Alejandra Carrillo in JV
    47. Procom Consultants Group Ltd.
    48. Prologic Systems Ltd.
    49. Promaxis Systems Inc
    50. Protak Consulting Group Inc.
    51. ProVision IT Resources Ltd.
    52. QMR Staffing Solutions Incorporated
    53. Quallium Corporation
    54. Randstad Interim Inc.
    55. QMR Staffing Solutions Incorporated
    56. Quallium Corporation
    57. Randstad Interim Inc.
    58. SnapSEARCH Inc.
    59. Spearhead Management Canada Ltd.
    60. SRA Staffing Solutions Ltd.
    61. Stratos Inc
    62. Symbiotic Group Inc.
    63. T.E.S. Contract Services INC.
    64. TAG HR The Associates Group Inc.
    65. TDV Global inc.
    66. TeraMach Technologies Inc.
    67. The AIM Group Inc.
    68. The Strategic Review Group Inc.
    69. The VCAN Group Inc.
    70. TPG Technology Consulting Ltd.
    71. TRM Technologies Inc.
    72. Valcom Consulting group Inc.
    73. Veritaaq Technology House Inc.
    74. Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    75. Zernam Enterprise Inc

    Description of the Requirement:

    Assistant Deputy Minister (Information Management) (ADM (IM)) requires services of a Senior Business Consultant to work with the Comptroller team, IM Procurement Group and Life Cycle Materiel Management (LCMM) personnel to develop and implement procedures to report and record Capital Assets in accordance with the departmental accounting and materiel management policies; and, to provide recommendations and support for implementation of processes in relation to the materiel management policies as outlined in Annex A – Statement of Work. The period of any resulting contract will be from contract award date to March 31, 2020 inclusive. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to one (1) additional one (1) year period under the same conditions.

    Level of Security Requirement:

    Company Minimum Security Level Required

    Canada

     Secret

     Special comments: _________________________________

    Resource Minimum Security Level Required

    Canada

    The minimum security requirement for the resource person is Enhanced Reliability but higher security clearances will be acceptable.

    Special comments: _________________________________

    Applicable Trade Agreements:

    The North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), the Canada- Chile Free Trade Agreement (CCFTA), the Canada-Panama Free Trade Agreement (CPanFTA),the Canada-Korea Free Trade Agreement, the Canada-Honduras Free Trade Agreement, the Canada-Ukraine Free Trade Agreement (CUFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), and; World Trade Organization Agreement on Government Procurement (WTO/AGP).

    Associated Documents:

    none

    Proposed period of contract:

    The proposed period of contract shall be from award of contract to March 31, 2020.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 100 days.

    File Number: W3330-19-408

    Contracting Authority: IM Proc

    Phone Number: N/A

    Fax Number: N/A

    E-Mail: IMBIDS.OFFRESGI@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
    • 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
    Jawwad Rashid
    Email
    IMBIDS.OFFRESGI@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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding

    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: