SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

NPP – W8486-206262/A – TSPS SA – One (1) Performance Measurement Consultant, Intermediate

Solicitation number W8486-206262/A

Publication date

Closing date and time 2019/08/16 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-206262/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 2.13 – Performance Measurement Consultant, Intermediate under Stream 2: Business Consulting/Change Management Stream. The intent of this solicitation is to establish up to one (1) contract for four (4) years, with the option to extend the term of the contract by up to one (1) one-year irrevocable option period 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-18TSPS.

    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:

    • 1270665 Ontario Inc.
    • 2147729 ONTARIO CORPORATION
    • 4165047 Canada Inc.
    • 4Plan Consulting Corp.
    • 6137318 Canada Inc
    • 7792395 Canada Inc.
    • 8005931 Canada Inc
    • A Hundred Answers 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.
    • AECOM Canada Ltd.
    • Agriteam Canada Consulting Ltd.
    • 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
    • Auguste Solutions and Associates Inc.
    • Baiame Technology and Consulting Limited
    • BDO Canada LLP
    • Beyond Technologies Consulting Inc.
    • BMT CANADA LTD.
    • BP & M Government IM & IT Consulting Inc.
    • Breckenhill Inc.
    • BurntEdge Incorporated
    • Cache Computer Consulting Corp.
    • Calian Ltd.
    • Cathexis Consulting Inc.
    • CBRE Limited
    • CGI Information Systems and Management Consultants Inc.
    • Cistel Technology Inc.
    • CloseReach Ltd.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • Contract Community Inc.
    • CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    • CPCS Transcom Limited
    • Cyrus Echo Corporation
    • Dale McMurchy Consulting Inc
    • Dare Human Resources Corporation
    • Deloitte Inc.
    • Dig Insights Inc
    • DLS Technology Corporation
    • Donna Cona Inc.
    • Durivage Management Solutions Limited
    • Elevated Thinking Inc.
    • Emerion
    • Ernst & Young LLP
    • Etico, Inc.
    • Excel Human Resources Inc.
    • FERENCE & COMPANY CONSULTING LTD.
    • Fifalde Consulting Inc.
    • Global Advantage Consulting Group Inc (Ottawa)
    • Goss Gilroy Inc.
    • Groupe Intersol Group Ltee.
    • HDP Group Inc
    • Hickling, Arthurs, Low Corporation
    • Hitachi Consulting Canada Corporation
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IDS Systems Consultants Inc.
    • Integra Networks Corporation
    • Isheva Inc., Ranakan Inc. in JOINT VENTURE
    • Just Governance Group Ltd.
    • Kelly Sears Consulting Group
    • KORN FERRY (CA) LTD. KORN FERRY (CA) LTEE.
    • Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    • KPMG LLP
    • Landmark Decisions Inc.
    • Lannick Contract Solutions Inc.
    • Lansdowne Technologies Inc.
    • Le Groupe-conseil baastel ltée
    • Lean Agility Inc.
    • Leo-Pisces Services Group Inc.
    • Lotic Consulting Ltd.
    • Lumina IT inc.
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    • Maplefox Projects Inc.
    • Maplesoft Consulting Inc.
    • Maverin Business Services Inc.
    • MGIS Inc.
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • Mindwire Systems Ltd.
    • MNP LLP
    • Modis Canada Inc
    • NATTIQ INC.
    • NavPoint Consulting Group Inc.
    • Newfound Recruiting Corporation
    • Olav Consulting Corp
    • OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    • Orbis Risk Consulting Inc.
    • Pennant Canada Limited
    • Performance Management Network Inc.
    • Peter Hadwen Consulting Inc
    • PLAN:NET LIMITED
    • Portage Personnel Inc.
    • Posterity Group Consulting Inc,
    • PRA Inc.
    • Pricewaterhouse Coopers LLP
    • PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
    • Proex Inc.
    • PROLOGUE CONSULTANTS AND ASSOCIATES LTD.
    • Promaxis Systems Inc
    • Protak Consulting Group Inc.
    • QMR Staffing Solutions Incorporated
    • Quallium Corporation
    • Raymond Chabot Grant Thornton Consulting Inc.
    • Research Power (N.S.) Inc.
    • Revay and Associates Limited
    • RHEA INC.
    • Risk Sciences International Inc.
    • Run Straight Consulting Ltd
    • S.I. SYSTEMS ULC
    • Samson & Associés CPA/Consultation Inc
    • Science-Metrix Inc.
    • Sierra Systems Group Inc.
    • Somos Consulting Group Ltd.
    • Stratos Inc
    • Symbiotic Group Inc.
    • 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
    • The Avascent Group, Ltd.
    • The Halifax Computer Consulting Group Inc.
    • The Right Door Consulting & Solutions Incorporated
    • The Strategic Review Group Inc.
    • The VCAN Group Inc.
    • Thinkpoint Inc.
    • Tiree Facility Solutions Inc.
    • TPG Technology Consulting Ltd.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    • TRM Technologies Inc.
    • Valcom Consulting group Inc.
    • Valency Inc
    • Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    • Zernam Enterprise 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 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 Boulevard Saint-Joseph, Gatineau, Quebec

    BIDDERS’ INQUIRIES

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

    Name: Maria Biliato

    Email: Maria.Biliato@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
    FitzGerald, Iain
    Phone
    819-939-3243
    Email
    Iain.FitzGerald@forces.gc.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

    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: