One (1) Project Leader/Executive, Senior

Solicitation number W8485-TSPS2020-17/A

Publication date

Closing date and time 2020/02/10 13:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS).

    TASK BASED E60ZT-18TSPS/ PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TSPS2020-17/A

    TIER 1 (< $2M)

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

    This requirement is for the:

    - Stream 3.3: Project Leader/Executive

    for the services of:

    - One (1) Project Leader/Executive, Senior

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years, plus three (3) one-year irrevocable options allowing Canada 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 Work to be Performed

    Region(s): National Capital Region

    Specific Location(s): 101 Colonel By Dr, Ottawa, ON

    Security Requirement

    Security Requirements Check List: Common PS SRCL #20

    Supplier Security Clearance required: Secret

    Security Level required (Document Safeguarding): None

    Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.

    File Number: W8485-TSPS2020-17/A

    DND POC: Blair McDougall

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

    The Department of National Defence (DND) requires the services of one (1) Project Leader/Executive to provide support to the The Fighter Capability Office (FCO), within the Department of National Defence (DND).

    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:

    1. 7792395 Canada Inc.

    2. ACF Associates Inc.

    3. Action Personnel of Ottawa-Hull Ltd

    4. ADGA Group Consultants Inc.

    5. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture

    6. ALITHYA CANADA INC

    7. Altis Human Resources (Ottawa) Inc.

    8. ARTEMP PERSONNEL SERVICES INC

    9. Blue Water Sourcing Inc

    10. Bridgetown Consulting Inc.

    11. Calian Ltd.

    12. CloseReach Ltd.

    13. Conoscenti Technologies Inc.

    14. Dare Human Resources Corporation

    15. Donna Cona Inc.

    16. Eclipsys Solutions Inc

    17. Emerion

    18. Excel Human Resources Inc.

    19. Fleetway Inc.

    20. GEF Consulting Inc.

    21. HubSpoke Inc.

    22. IBISKA Telecom Inc.

    23. IDEActio inc

    24. Integra Networks Corporation

    25. Just Governance Group Ltd.

    26. Lansdowne Technologies Inc.

    27. Leo-Pisces Services Group Inc.

    28. Maplesoft Consulting Inc.

    29. Maverin Business Services Inc.

    30. MaxSys Staffing & Consulting Inc.

    31. Messa Computing Inc.

    32. Mindwire Systems Ltd.

    33. NATTIQ INC.

    34. Orangutech Inc.

    35. Outcome Consultants Inc.

    36. Portage Personnel Inc.

    37. Procom Consultants Group Ltd.

    38. Promaxis Systems Inc

    39. QMR Staffing Solutions Incorporated

    40. Raymond Chabot Grant Thornton Consulting Inc.

    41. S.I. SYSTEMS ULC

    42. Sierra Systems Group Inc.

    43. T.E.S. Contract Services INC.

    44. TAG HR The Associates Group Inc.

    45. The VCAN Group Inc.

    46. Tundra Technical Solutions Inc

    47. Turtle Island Staffing Inc.

    48. Valcom Consulting group Inc.

    49. WSP Canada Inc.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    McDougall, Blair
    Email
    DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
    Address
    455 Blvd de la Carriere
    Gatineau, QC, K1A 0K2
    CA

    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.