NPP – W8486-217519/A – TSPS SA – One (1) Junior Procurement Specialist
Solicitation number W8486-217519/A
Publication date
Closing date and time 2020/09/30 14:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W8486-217519/A
Tier: 1 (< $2M)
This requirement is for the Department of National Defence (DND) for the services of One (1) Junior Procurement Specialist under Stream 3, Project Management services stream. The intent of this solicitation is to establish one (1) Contract for two (2) initial years, with the option to extend the term of the Contract by up to two (2) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS.
Documents may be submitted in either official language of Canada.
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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).
The TBIPS 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 TBIPS, please contact Public Works and Government Services Canada (PWGSC).
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 the following suppliers who qualified under the stated consultant stream, security level, region and tier:
1019837 Ontario Inc.
ADD CPSS LIST HERE
1092009 Ontario Inc.
2147729 ONTARIO CORPORATION
529040 ONTARIO INC and 880382 ONTARIO INC
6137318 Canada Inc
7792395 Canada Inc.
8005931 Canada Inc
9228-6905 Québec inc.
A Hundred Answers Inc.
A. Net Solutions Inc.
Access Corporate Technologies 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.
Breckenhill Inc.
BTY Consulting Inc.
BurntEdge Incorporated
Cache Computer Consulting Corp.
Calian Ltd.
Cistel Technology Inc.
CM Inc.
Cofomo Ottawa
Colliers Project Leaders Inc.
Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
COLLIGO CONSULTING INCORPORATED
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.
Govan Brown & Associates Ltd.
HCM WORKS INC./HCM TRAVAIL INC.
HDP Group Inc
HubSpoke Inc.
I4C INFORMATION TECHNOLOGY CONSULTING INC
IBISKA Telecom Inc.
Icegate Solutions Inc.
IDS Systems Consultants Inc.
Information Management and Technology 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
Performance Management Network Inc.
PGF Consultants Inc.
Platinum Technologies Inc.
Pleiad Canada Inc.
Portage Personnel Inc.
Pricewaterhouse Coopers LLP
Primex Project Management Limited
PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
Procom Consultants Group Ltd.
Proex Inc.
Prologic Systems Ltd.
Promaxis Systems Inc
Protak Consulting Group Inc.
QinetiQ Limited
QMR Staffing Solutions Incorporated
Quallium Corporation
Quarry Consulting Inc.
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
Sheffield Blake Ltd.
Sierra Systems Group Inc.
SnapSEARCH Inc.
SoftSim Technologies Inc.
SpaceWerx Corporation
Spearhead Management Canada Ltd.
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 Devon Group Ltd.
The Halifax Computer Consulting Group Inc.
The Right Door Consulting & Solutions Incorporated
The VCAN Group Inc.
Thinkpoint Inc.
Thomas&Schmidt Inc.
Tiree Facility Solutions Inc.
TPG Technology Consulting Ltd.
Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
TRM Technologies Inc.
Tundra Technical Solutions Inc
Turner & Townsend CM2R Inc.
Valcom Consulting group Inc.
Veritaaq Technology House Inc.
verTerra corp.
Wood Canada Limited
WSP Canada Inc.
Yoush Inc.
Zernam Enterprise Inc
ZW Project Management Inc.
ADDITIONAL INFORMATION FOR BIDDERS
For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
Security Requirement:
There are security requirements associated with this requirement:
Supplier Security Clearance required: Secret
Security Level required (Document Safeguarding): None
For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Location of Work :
Region: National Capital Region
Specific Location: 975 Boulevard Saint-Joseph, Gatineau, Québec
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Brian James
Email: Brian.James3@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
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-Ukraine Free Trade Agreement (CUFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- James, Brian
- Email
- brian.james3@forces.gc.ca
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.