SAP Ariba system maintenance

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

  • Saturday, May 17 from 8:00 pm until 11:59 pm (EDT) 

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Risk Management Specialist (Level 3)

Solicitation number W6369-20-X005

Publication date

Closing date and time 2019/07/24 14:00 EDT

Last amendment date


    Description

    This requirement is for the Department of National Defence (DND). 

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: 3.6 Risk Management Specialist - Senior.

    DND has a requirement for Task Based Professional Services, specifically one (1) Risk Management Specialist (Level 3) to provide professional services for the Director General Defence Security (DGDS) to proceed with the rewrite (Phase II) of the current Departmental Security Plan (DSP) following the assessment of the DSP (Phase I). It is intended to result in the award of one (1) contract, from date of contract to 31 March 2020, plus one (1) two-month irrevocable option allowing Canada to extend the term of the contract.

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

    1019837 Ontario Inc.

    2147729 ONTARIO CORPORATION

    4165047 Canada Inc.

    4Plan Consulting Corp.

    6137318 Canada Inc

    7792395 Canada Inc.

    8005931 Canada Inc

    A Hundred Answers Inc.

    A. Net Solutions Inc.

    Accenture Inc.

    ACF Associates Inc.

    Action Personnel of Ottawa-Hull Ltd

    Adecco Employment Services Limited/Services de placement Adecco Limited

    ADGA Group Consultants Inc.

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

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Alion Science and Technology (Canada) Corporation

    ALITHYA CANADA 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.

    ARTEMP PERSONNEL SERVICES INC

    AZUR HUMAN RESOURCES LIMITED

    BDO Canada LLP

    Bevertec CST Inc.

    Beyond Technologies Consulting Inc.

    BMT CANADA LTD.

    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.

    CPCS Transcom Limited

    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.

    Durivage Management Solutions Limited

    Eagle Professional Resources Inc.

    Eclipsys Solutions Inc

    Econ Inc.

    Elevated Thinking Inc.

    Emerion

    Ernst & Young LLP

    Etico, Inc.

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Excel Human Resources Inc.

    Fifalde Consulting Inc.

    Foursight Consulting Group Inc.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    GEF Consulting Inc.

    Govan Brown & Associates Ltd.

    Groupe Intersol Group Ltee.

    HCM WORKS INC./HCM TRAVAIL INC.

    HDP Group Inc

    Hitachi Consulting Canada Corporation

    HubSpoke Inc.

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBISKA Telecom Inc.

    Icegate Solutions Inc.

    IDS Systems Consultants Inc.

    Information Management and Technology Consultants Inc.

    Integra Networks Corporation

    IT/Net - Ottawa Inc.

    Juno Risk Solutions Incorporated

    Kelly Sears Consulting Group

    KPMG LLP

    Lannick Contract Solutions Inc.

    Lansdowne Technologies Inc.

    Le Groupe-conseil baastel ltée

    Lean Agility Inc.

    Leo-Pisces Services Group Inc.

    Leverage Technology Resources 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

    Maplesoft Consulting Inc.

    Maverin Business Services Inc.

    MDOS CONSULTING INC.

    Messa Computing Inc.

    MGIS Inc.

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    Mindstream Training Center and Professional Services Bureau, Inc

    Mindwire Systems Ltd.

    MNP LLP

    Modis Canada Inc

    NATTIQ INC.

    Newfound Recruiting Corporation

    Nortak Software Ltd.

    Olav Consulting Corp

    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE

    OpenFrame Technologies, Inc.

    OPUS LEADERS INC.

    Orangutech Inc.

    Orbis Risk Consulting Inc.

    Otus Strategic Financial Business Planning Group

    Outcome Consultants Inc.

    PATHQUEST CONSULTING SERVICES INC.

    PGF Consultants Inc.

    Platinum Technologies Inc.

    Pleiad Canada Inc.

    Portage Personnel Inc.

    Posterity Group Consulting Inc,

    Pricewaterhouse Coopers LLP

    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture

    Procom Consultants Group Ltd.

    Proex Inc.

    Prologic Systems Ltd.

    Promaxis Systems Inc

    Protak Consulting Group Inc.

    ProVision IT Resources Ltd.

    QinetiQ Limited

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Randstad Interim Inc.

    Raymond Chabot Grant Thornton Consulting Inc.

    Revay and Associates Limited

    RHEA INC.

    Rider Levett Bucknall (Canada) Ltd.

    Risk Sciences International Inc.

    Robertson & Company Ltd.

    Run Straight Consulting Ltd

    S.I. SYSTEMS ULC

    Samson & Associés CPA/Consultation Inc

    Sheffield Blake Ltd.

    Sierra Systems Group Inc.

    SoftSim Technologies Inc.

    Somos Consulting Group Ltd.

    SpaceWerx Corporation

    Spearhead Management Canada Ltd.

    SRA Staffing Solutions Ltd.

    Strategic Relationships Solutions Inc.

    Stratos Inc

    Stratégia conseil inc

    Sundiata Warren Group Inc.

    Symbiotic Group 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.

    TECSIS Corporation

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    TeraMach Technologies Inc.

    The AIM Group Inc.

    The Avascent Group, Ltd.

    The Halifax Computer Consulting Group Inc.

    The Right Door Consulting & Solutions Incorporated

    The VCAN Group Inc.

    Thinkpoint Inc.

    Thomas&Schmidt 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

    Turner & Townsend CM2R Inc.

    Turtle Island Staffing 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

     

    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)
    • 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Theoret, Marie-claude
    Email
    marie-claude.theoret@forces.gc.ca
    Address
    101 Colonel By Drive
    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
    Ontario (except NCR)
    Region of opportunity
    Unspecified
    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: