Imaging Systems Program (ISP) Support

Solicitation number W6369-20-X017

Publication date

Closing date and time 2020/01/29 14:00 EST


    Description

    Task Based Professional Services (TSPS) Requirement

    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 categories:

    5.14 Integrated Logistics Support (ILS) Specialist, Junior

    5.16 Life Cycle Management Specialist, Intermediate

    5.16 Life Cycle Management Specialist, Senior

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

    7351933 Canada Inc.
    ACF Associates Inc.
    Altis Human Resources (Ottawa) Inc.
    BMT CANADA LTD.
    Calian Ltd.
    Fleetway Inc.
    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.
    Tiree Facility Solutions Inc.
    Valcom Consulting group Inc.

    Description of the Requirement:

    DND has a requirement for Task Based Professional Services, specifically one (1) Senior Life Cycle Management Specialist (Level 3), one (1) Intermediate Life Cycle Management Specialist (level 2) and one (1) Junior Integrated Logistic Support Specialist (Level 1) in support of the Imaging Systems Program for the Imaging Services Office on an “as-and-when requested” basis. It is intended to result in the award of one (1) contract for approximately one (1) year, plus four (4) one-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement:

    Secret Security Requirement with COMMON-PS-SRCL#21

    Applicable Trade Agreements:

    North American Free Trade Agreement (NAFTA);
    Canada - European Union Comprehensive Economic and Trade Agreement (CETA);
    World Trade Organization Agreement on Government Procurement (WTO-AGP);
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);
    Canada - Chile Free Trade Agreement (CCFTA);
    Canada - Colombia Free Trade Agreement;
    Canada - Honduras Free Trade Agreement;
    Canada - Korea Free Trade Agreement;
    Canada - Panama Free Trade Agreement;
    Canada - Peru Free Trade Agreement (CPFTA);
    Canada - Ukraine Free Trade Agreement (CUFTA), and
    Canadian Free Trade Agreement (CFTA).

    Associated Documents:

    Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Proposed Period of Contract:

    The proposed period of contract shall be from 01 April 2020 to 31 March 2021 (estimated).

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 220 days each for the Senior Life Cycle Management Specialist and the Junior Integrated Logistic Support Specialist, and 110 days for the Intermediate Life Cycle Management Specialist.

    File Number: W6369-20-X017
    Contracting Authority: Marie-Claude Theoret
    E-Mail: marie-claude.theoret@forces.gc.ca

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA.

    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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Theoret, Marie-claude
    Email
    marie-claude.theoret@forces.gc.ca
    Address
    Department of National Defence


    101 Colonel By Drive
    Ottawa, Ontario, K1A 0K2

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering