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)

    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
    Steele, Suzanne
    Phone
    613-552-3532
    Email
    suzanne.steele@forces.gc.ca
    Address
    60 Moodie Drive
    Nepean, ON, K2H 8G1
    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: