Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

SAP Ariba system maintenance

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

  • Saturday, April 18 from 8:00 pm until 11:59 pm (EDT)

NPP – W8486-206263/A – TSPS SA – One (1) Financial Specialist, Intermediate

Solicitation number W8486-206263/A

Publication date

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

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-206263/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of 3.8 – Financial Specialist, Intermediate under Stream 3: Project Management Services Stream. The intent of this solicitation is to establish up to one (1) contract for three (3) 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:

    • 1019837 Ontario Inc.
    • 1092009 Ontario Inc.
    • 2147729 ONTARIO CORPORATION
    • 4Plan Consulting Corp.
    • 7792395 Canada Inc.
    • 8005931 Canada Inc
    • A Hundred Answers Inc.
    • A. Net Solutions Inc.
    • Accenture Inc.
    • Access Corporate Technologies 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
    • 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.
    • Avenai Inc.
    • AZUR HUMAN RESOURCES 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.
    • CBRE Limited
    • CGI Information Systems and Management Consultants Inc.
    • Cistel Technology Inc.
    • CM Inc.
    • Colliers Project Leaders Inc.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • Confluence Consulting 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
    • Deloitte Inc.
    • Eagle Professional Resources Inc.
    • Econ Inc.
    • Elevated Thinking Inc.
    • Emerion
    • Ernst & Young LLP
    • Etico, Inc.
    • Excel Human Resources Inc.
    • FMC Professionals Inc.
    • Foursight Consulting Group Inc.
    • GEF Consulting Inc.
    • Govan Brown & Associates Ltd.
    • HDP Group Inc
    • Hitachi Consulting Canada Corporation
    • 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.
    • Kelly Sears Consulting Group
    • KPMG LLP
    • Lannick Contract Solutions Inc.
    • Lansdowne Technologies 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.
    • NavPoint Consulting Group Inc.
    • Olav Consulting Corp
    • OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    • OpenFrame Technologies, Inc.
    • OPUS LEADERS INC.
    • Orbis Risk Consulting Inc.
    • Otus Strategic Financial Business Planning Group
    • Outcome Consultants Inc.
    • PGF Consultants Inc.
    • Pleiad Canada Inc.
    • Portage Personnel Inc.
    • Pricewaterhouse Coopers LLP
    • Primex Project Management Limited
    • 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.
    • RHEA INC.
    • Rider Levett Bucknall (Canada) Ltd.
    • Robertson & Company Ltd.
    • S.I. SYSTEMS ULC
    • Samson & Associés CPA/Consultation Inc
    • Sheffield Blake Ltd.
    • Sierra Systems Group Inc.
    • Somos Consulting Group Ltd.
    • SpaceWerx Corporation
    • Spearhead Management Canada Ltd.
    • Strategic Relationships Solutions 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.
    • TBP & Associates 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.
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.
    • WSP CANADA GROUP LIMITED
    • WSP Canada Inc.
    • Yoush 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

    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
    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: