SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

NPP – W8486-217306/A – TSPS – One (1) Senior Project Manager

Solicitation number W8486-217306/A

Publication date

Closing date and time 2021/01/18 14:00 EST


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-217306/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Senior Project Manager under Stream 3 Project Management Services. The intent of this solicitation is to establish one (1) Contract for three (3) 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) method of supply (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 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).

    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:

    • A Hundred Answers Inc.
    • Accenture Inc.
    • ACF Associates Inc.
    • ADGA Group Consultants Inc.
    • Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    • AECOM Canada Ltd.
    • ALITHYA CANADA INC
    • ALTRUISTIC INFORMATICS CONSULTING INC.
    • Babcock Canada Inc.
    • BDO Canada LLP
    • BMT CANADA LTD.
    • BurntEdge Incorporated
    • Calian Ltd.
    • Canadian Development Consultants International Inc.
    • CGI Information Systems and Management Consultants Inc.
    • Cofomo Ottawa
    • Colliers Project Leaders Inc.
    • Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    • Compusult Limited
    • Confluence Consulting Inc.
    • CORE Software Corp
    • CPCS Transcom Limited
    • CVL INFORMATION SOLUTIONS INC.
    • DEL-PM INC.
    • Deloitte Inc.
    • DLS Technology Corporation
    • Doreen M Wong
    • DPRA Canada Incorporated
    • Eclipsys Solutions Inc
    • Econ Inc.
    • Ernst & Young LLP
    • eVision Inc., SoftSim Technologies Inc. in Joint Venture
    • FMC Professionals Inc.
    • G. Bird Holdings Inc.
    • Gelder, Gingras & Associates Inc.
    • HDP Group Inc
    • Holonics Inc.
    • Human Resource Systems Group Ltd.
    • IBM Canada Limited/IBM Canada Limitée
    • IDS Systems Consultants Inc.
    • IT/Net - Ottawa Inc.
    • KPMG LLP
    • Lansdowne Technologies Inc.
    • Le Groupe Conseil Bronson Consulting Group
    • LNW Consulting Inc
    • Lobo Consulting Services Inc.
    • Macogep inc.
    • McKinsey & Company Canada
    • MGIS Inc.
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • Modis Canada Inc
    • NIVA Inc
    • Nortak Software Ltd.
    • Orbis Risk Consulting Inc.
    • P3 Advisors inc.
    • PGF Consultants Inc.
    • Posterity Group Consulting Inc,
    • POSTERITY GROUP CONSULTING INC., F S MATRIX INC., in joint venture
    • Pricewaterhouse Coopers LLP
    • QinetiQ Limited
    • QMR Staffing Solutions Incorporated
    • QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES INC. IN JOINT VENTURE
    • Quallium Corporation
    • Raymond Chabot Grant Thornton Consulting Inc.
    • Serco Canada Marine Corporation
    • Sierra Systems Group Inc.
    • Stratos Inc
    • Systemscope Inc.
    • Taligent Consulting Inc.
    • TDV Global inc.
    • TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    • The Strategic Review Group Inc.
    • The VCAN Group Inc.
    • Tiree Facility Solutions Inc.
    • Turner & Townsend CM2R Inc.
    • WSP CANADA INC.
    • Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    • ZW Project Management Inc.

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.4 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 Saint Joseph Boulevard, Gatineau, Quebec

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Vanessa Good-Davidson

    Email:  Vanessa.Good-Davidson@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)
    • 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)

    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
    Good-davidson, Vanessa
    Email
    Vanessa.Good-Davidson@forces.gc.ca
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    CA

    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    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: