One (1) Life Cycle Management Specialist, Intermediate
Solicitation number W8485-TSPS2020-02
Publication date
Closing date and time 2019/10/01 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
The requirement is only open to the below list of pre-qualifies suppliers under the Task and Solutions Based Professional Services (TSPS).
PROFESSIONAL SERVICES REQUIREMENT
FILE NUMBER: W8485-TSPS2020-02
TIER 1 (<$2M)
The Department of National Defence has a requirement for Stream 5: Technical Engineering and Maintenance Services (TEMS) for the services of one (1) Life Cycle Management Specialist, Intermediate.
Number of Contracts: One contract to be awarded.
Anticipated Start Date: 21 October 2019.
Contract Duration: The contract period will be for an initial period of three years, plus two irrevocable one-year options to extend the term of the contract.
Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).
Location of the Work to be performed
Region(s): National Capital Region
Specific Location(s): 455 Boulevard de la Carrière, Gatineau, QC
Security Requirement
Security Requirements Check List: Common PS SRCL #41
Supplier Security Clearance required: FSC - Secret
Security Level required (Document Safeguarding): None
Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.
File Number: W8485-TSPS2020-02
DND POC: Blair McDougall
E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
Requirement: The Department of National Defence has a requirement for one (1) Life Cycle Management Specialist (LCMS) for the Directorate of Aerospace Equipment Program Management (Fighters & Trainers) DAEPM (FT) 6. This requirement is to support Fixed Wing Helmet Systems.
Documents may be submitted in either official language of Canada.
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) at: spts.tsps@tpsgc-pwgsc.gc.ca.
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 only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
- 7351933 Canada Inc
- ACF Associates Inc.
- Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
- Altis Human Resources (Ottawa) Inc.
- BMT CANADA LTD.
- Calian Ltd.
- Deloitte Inc.
- Dillon Consulting Limited
- L-3 Technologies MAS Inc.
- Maverin Business Services Inc.
- Modis Canada 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
- T.E.S. Contract Services INC.
- The AIM Group Inc.
- Thomas&Schmidt Inc.
- Tiree Facility Solutions Inc.
- Valcom Consulting group Inc.
This Suppliers list will not be updated if additional suppliers request and receive copies of the bid solicitation.
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 DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- McDougall, Blair
- Phone
- 819-939-4278
- Email
- DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
- Address
-
455 Blvd de la CarriereGatineau, QC, K1A 0K2CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada