Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

One (1) Intermediate Procurement Specialist (Level 2)

Solicitation number W6369-20-X041

Publication date

Closing date and time 2020/06/09 14:00 EDT

Last amendment date


    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 category:

    Intermediate Procurement Specialist (Level 2) under Stream 3.7. Procurement Specialist.

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

    1019837 Ontario Inc.

    1092009 Ontario Inc.

    2147729 ONTARIO CORPORATION

    529040 ONTARIO INC and 880382 ONTARIO INC

    7792395 Canada Inc.

    8005931 Canada Inc

    A Hundred Answers Inc.

    A. Net Solutions Inc.

    ACF Associates 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.

    AZUR HUMAN RESOURCES LIMITED

    BDO Canada LLP

    Beyond Technologies Consulting Inc.

    Blue Water Sourcing Inc

    BMT CANADA LTD.

    BP & M Government IM & IT Consulting Inc.

    BurntEdge Incorporated

    Cache Computer Consulting Corp.

    Calian Ltd.

    CBRE Limited

    Cistel Technology Inc.

    CM Inc.

    Cofomo Ottawa

    Colliers Project Leaders Inc.

    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture

    Conoscenti Technologies Inc.

    Contract Community Inc.

    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE

    Coradix technology Consulting Ltd.

    CPCS Transcom Limited

    CVL INFORMATION SOLUTIONS INC.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Dare Human Resources Corporation

    Donna Cona Inc.

    Eagle Professional Resources Inc.

    Eclipsys Solutions Inc

    Econ Inc.

    Elevated Thinking Inc.

    Ernst & Young LLP

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Excel Human Resources Inc.

    Fifalde Consulting Inc.

    Fleetway Inc.

    FMC Professionals Inc.

    GCSTRATEGIES INCORPORATED

    GEF Consulting Inc.

    Goss Gilroy Inc.

    HCM WORKS INC./HCM TRAVAIL INC.

    HDP Group Inc

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBISKA Telecom Inc.

    Icegate Solutions Inc.

    IDS Systems Consultants Inc.

    Integrated Learning International Inc.

    IT/Net - Ottawa Inc.

    Kelly Sears Consulting Group

    Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE

    KPMG LLP

    Lannick Contract Solutions Inc.

    Lansdowne Technologies Inc.

    Lean Agility Inc.

    Leo-Pisces Services Group Inc.

    Leverage Technology Resources Inc.

    Lightning Tree Consulting Inc.

    Lumina IT inc.

    Lumina IT inc./C.B.-Z. Inc. (Joint Venture)

    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    Maplesoft Consulting Inc.

    Maverin Business Services Inc.

    MaxSys Staffing & Consulting 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.

    Newfound Recruiting Corporation

    Nisha Technologies Inc.

    Nortak Software Ltd.

    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.

    Performance Management Network Inc.

    PGF Consultants Inc.

    Platinum Technologies Inc.

    Portage Personnel Inc.

    Pricewaterhouse Coopers LLP

    PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture

    Procom Consultants Group Ltd.

    Proex Inc.

    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.

    Revay and Associates Limited

    RHEA INC.

    Robertson & Company Ltd.

    Run Straight Consulting Ltd

    S.I. SYSTEMS ULC

    Samson & Associés CPA/Consultation Inc

    Sierra Systems Group Inc.

    SnapSEARCH Inc.

    SoftSim Technologies Inc.

    SpaceWerx Corporation

    Strategic Relationships Solutions Inc.

    Stratégia conseil inc

    Sundiata Warren Group Inc.

    Symbiotic Group 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.

    TAG HR The Associates Group Inc.

    TBP & Associates Inc.

    TDV Global inc.

    TECSIS Corporation

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    Telecan Space Inc

    The AIM Group Inc.

    The Avascent Group, Ltd.

    The Right Door Consulting & Solutions Incorporated

    The VCAN Group Inc.

    Thinkpoint Inc.

    Thomas&Schmidt Inc.

    Tiree Facility Solutions Inc.

    TRM Technologies Inc.

    Tundra Technical Solutions Inc

    Turner & Townsend CM2R Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    WSP Canada Inc.

    Yoush Inc.

    Zernam Enterprise Inc.

    Description of the Requirement:

    The Department of National Defence (DND) has a requirement for Task Based Professional Services, specifically one (1) Intermediate Procurement Specialist (Level 2) to provide supply/logistic related support in the provision of government quality assurance activities. It is intended to result in the award of one (1) contract for approximately one (1) year, plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract.

    Level of Security Requirement: Secret Security Requirement with COMMON-PS-SRCL#20

    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 date of contract award to 30 September 2021 (estimated).

    Estimated Level of Effort: The estimated level of effort of the contract will be for 240 days.

    File Number: W6360-20-X041

    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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Theoret, Marie-claude
    Email
    marie-claude.theoret@forces.gc.ca
    Address
    QGDN
    101, colonel By Dr.
    Ottawa, K1A 0K2

    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
    Quebec (except NCR)
    Region of opportunity
    Unspecified
    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: