Two (2) Intermediate Life Cycle Management Specialists

Solicitation number W8485-TSPS2020-13

Publication date

Closing date and time 2019/12/04 00:00 EST


    Description

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Temporary Help Services.

    TASK AND SOLUTIONS E60ZT-18TSPS PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2020-13

    TIER 1 (< $2M)

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

    This requirement is for:

    - Stream 5: Technical Engineering and Maintenance

    For the services of two (2):

    - 5.16 – Life Cycle Management Specialist (Intermediate)

    Number of Contracts: This bid solicitation is intended to result in the award of up to two (2) contracts with an initial period of three (3) years, with two (2) irrevocable one-year option periods.

    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 Work to be Performed

    Region(s): National Capital Region (NCR), ON

    Specific Location(s): 455 Boulevard de la Carrière

    Security Requirement

    Security Requirements Check List: Common Pre-Approved 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-TSPS2020-13

    DND POC: Bronwyn Knight

    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence (DND) requires the services of two (2) Intermediate Life Cycle Management Specialists, to provide support to the Directorate of Aerospace Equipment Program Management, Tactical Aviation and Simulation (DAEPM (TA&S)).

    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: RCNMDAI.-NCRIMOS@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:

    1. 7351933 Canada Inc.
    1. ACF Associates Inc.
    1. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    1. Altis Human Resources (Ottawa) Inc.
    1. BMT CANADA LTD.
    1. Calian Ltd.
    1. Deloitte Inc.
    1. Dillon Consulting Limited
    1. L-3 Technologies MAS Inc.
    1. Maverin Business Services Inc.
    1. Modis Canada Inc.
    1. Olav Consulting Corp
    1. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    1. Pennant Canada Limited
    1. Platinum Technologies Inc.
    1. Procom Consultants Group Ltd.
    1. Promaxis Systems Inc.
    1. QinetiQ Limited
    1. T.E.S. Contract Services INC.
    1. The AIM Group Inc.
    1. Thomas & Schmidt Inc.
    1. Tiree Facility Solutions Inc.
    1. Valcom Consulting Group 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
    • 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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Knight, Bronwyn
    Phone
    819-939-5103
    Email
    bronwyn.knight@forces.gc.ca
    Fax
    819-939-5042

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    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 – Open Bidding