1 x 3.11 Communications Consultant – Intermediate level
Solicitation number 2020-ADMHRCIV-0055
Publication date
Closing date and time 2021/03/22 14:00 EDT
Description
TASK Based Professional Services (TSPS) Requirement
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.
The following SA Holders have been invited to submit a proposal.
Legal Name
1019837 Ontario Inc.
7792395 Canada Inc.
A Hundred Answers Inc.
Accenture Inc.
Accurate Design & Communication Inc.
Acosys Consulting Services Inc.
Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
Altis Human Resources (Ottawa) Inc.
ALTRUISTIC INFORMATICS CONSULTING INC.
ARTEMP PERSONNEL SERVICES INC
BDO Canada LLP
Beyond Technologies Consulting Inc.
BMT CANADA LTD.
Breckenhill Inc.
Cache Computer Consulting Corp.
Calian Ltd.
CGI Information Systems and Management Consultants Inc.
Cistel Technology Inc.
Cofomo Ottawa
Colliers Project Leaders Inc.
Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
Contract Community Inc.
Deloitte Inc.
DLS Technology Corporation
Donna Cona Inc.
Ernst & Young LLP
Excel Human Resources Inc.
Fifalde Consulting Inc.
Fleetway Inc.
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
Gelder, Gingras & Associates Inc.
HCM WORKS INC./HCM TRAVAIL INC.
HDP Group Inc
HOK Inc
I4C INFORMATION TECHNOLOGY CONSULTING INC
IDS Systems Consultants Inc.
IT/Net - Ottawa Inc.
IT/NET OTTAWA INC, KPMG LLP, in joint venture
Juno Risk Solutions Incorporated
Kelly Sears Consulting Group
KPMG LLP
KSAR & ASSOCIATES INC
Lannick Contract Solutions Inc.
Lansdowne Technologies Inc.
Le Groupe Conseil Bronson Consulting Group
Leverage Technology Resources Inc.
Maplesoft Consulting Inc.
MaxSys Staffing & Consulting Inc.
MGIS Inc.
Mindwire Systems Ltd.
Modis Canada Inc
Newfound Recruiting Corporation
NIVA Inc
Olav Consulting Corp
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
Orbis Risk Consulting Inc.
Pleiad Canada Inc.
Portage Personnel Inc.
Pricewaterhouse Coopers LLP
Promaxis Systems Inc
Protak Consulting Group Inc.
QMR Staffing Solutions Incorporated
Quallium Corporation
Revay and Associates Limited
Risk Sciences International Inc.
Robertson & Company Ltd.
S.I. SYSTEMS ULC
Spearhead Management Canada Ltd.
Stratos Inc
Sundiata Warren Group Inc.
Systemscope Inc.
TDV Global inc.
TeraMach Technologies Inc.
The AIM Group Inc.
The Halifax Computer Consulting Group 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.
Turtle Island Staffing Inc.
Wood Canada Limited
Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
Zernam Enterprise Inc
Description of the Requirement:
3.11 Communications Consultant – Intermediate level.
Level of Security Requirement:
Company Minimum Security Level Required
Canada
NATO
Foreign
Protected A
NATO Unclassified
Protected A
X Protected B
NATO Restricted
Protected B
Protected C
NATO Confidential
Protected C
Confidential
NATO Secret
Confidential
Secret
Cosmic Top Secret
Secret
Top Secret
Top Secret
Top Secret (SIGINT)
Top Secret (SIGINT)
Resource Minimum Security Level Required
Canada
NATO
Foreign
Protected A
NATO Unclassified
Protected A
X Protected B
NATO Restricted
Protected B
Protected C
NATO Confidential
Protected C
Confidential
NATO Secret
Confidential
Secret
Cosmic Top Secret
Secret
Top Secret
Top Secret
Top Secret (SIGINT)
Top Secret (SIGINT)
Document Safeguarding Security Level Required
Canada
Protected A - DOS
X Protected B – DOS
Protected C – DOS
Confidential – FSC
Secret - FSC
Top Secret - FSC
NATO Confidential - FSC
NATO Secret - FSC
Cosmic Top Secret - FSC
Special comments: Contractor will be working off-site with on-site visits for meetings
Applicable Trade Agreements:
The World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the “Canadian Free Trade Agreement (CFTA).
Proposed period of contract:
The proposed period of contract shall be:
April 1, 2021 to March 31, 2022 with an
Option Period: April 1, 2022 to March 31, 2023
Estimated Level of Effort:
The estimated level of effort of the contract will be for 250 days (April 1, 2021 to March 31, 2022)
File Number: 2020-ADMHRCIV-0055
Contracting Officer: Suzanne Steele
E-Mail: Suzanne.steele@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)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Steele, Suzanne
- Phone
- 613-552-3532
- Email
- suzanne.steele@forces.gc.ca
- Address
-
60 Moodie DriveNepean, ON, K2H 8G1CA
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.