SHIPBORNE HVAC AND REFRIGERATION Life Cycle Management Specialist (LCMS)

Solicitation number W8482-205886/A

Publication date

Closing date and time 2020/08/31 14:00 EDT

Last amendment date


    Description

    This requirement is for The Department of National Defence

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following categories:

    One (1) 5.16 Life Cycle management Specialist, Intermediate

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

    7351933 Canada Inc.

    ACF Associates Inc.

    ADGA Group Consultants 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

    Fleetway Inc.

    L-3 Technologies MAS Inc.

    Maverin Business Services Inc.

    MaxSys Staffing & Consulting 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.

    However, SA holders not invited to bid who wish to do so may, no later than five days prior to the published closing date of the contract, contact the contracting authority and request an invitation to bid. An invitation will be issued unless it would interfere with the proper functioning of the procurement system. Under no circumstances will Canada extend the solicitation closing date to allow these suppliers to bid. Where additional solicitations are issued as part of the solicitation process, they may not be considered in amendments to the solicitation.

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence (DND) [the “Client”] for the provision of Task and Solutions Professional Services. This requirement is for One (1) 5.16 Intermediate (Level 2) Life Cycle Management Specialists for Shipborne HVA and Refrigeration Systems. The LCMS will provide support in a variety of tasks including, but not limited to, conducting technical studies, evaluating and making recommendations, and investigating queries related to the shipborne HVAC and Refrigeration systems.

    Level of Security Requirement:

    Company Minimum Security Level Required: SECRET

    Resource Minimum Security Level Required: SECRET

    Applicable Trade Agreements:

    Canada-Colombia Free Trade Agreement

    Canada-Peru Free Trade Agreement (CPFTA)

    World Trade Organization-Agreement on Government Procurement (WTO-AGP)

    Canada-Panama Free Trade Agreement

    Canada-Korea Free Trade Agreement (CKFTA)

    Canadian Free Trade Agreement (CFTA)

    Comprehensive Economic and Trade Agreement (CETA)

    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    Associated Documents:

    The 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).

    Number of Contracts:

    One contract will be awarded.

    Proposed period of contract:

    The proposed period of contract shall be from Contract Award Date to 31 August 2022, followed by three (3) option periods of one (1) year each, 01 September 2022 to 31 August 2023, 01 September 2023 to 31 August 2024, 01 September 2024 to 31 August 2025.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 225 Days.

    File Number: W8482-205886/A

    Contracting Authority: R. Petrocco, D Mar P 3-3-6

    E-Mail: MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    R. Petrocco
    Email
    MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@forces.gc.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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering