TSPS – EVALUATION SERVICES CONSULTANTS

Solicitation number W2178-21-A001/B

Publication date

Closing date and time 2021/12/14 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT FOR TASK AND SOLUTIONS PROFESSIONAL SERVICES (TSPS)

    TITLE: TSPS – EVALUATION SERVICES CONSULTANTS

    REISSUE OF BID SOLICITATION: This bid solicitation cancels and supersedes previous bid solicitation number W2178-21-A001/A dated 27 September 2021 with a closing of 14 October 2021 at 2:00PM (EDT). A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.

    SOLICITATION NUMBER: W2178-21-A001/B

    ORGANIZATION NAME: Department of National Defence – International and Industry Programs (DGIIP)

    TENDERING PROCEDURE: SELECTIVE TENDERING

    This requirement is open only to those TSPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    One (1) Senior Evaluation Services Consultant
    One (1) Intermediate Evaluation Services Consultant
    One (1) Junior Evaluation Services Consultant

    The following SA holders have been invited to bid on this requirement:

    1) 1019837 Ontario Inc.
    2) 163904 Canada Inc.
    3) 7792395 Canada Inc.
    4) 8513929 Canada Inc.
    5) A Hundred Answers Inc.
    6) ACF Associates Inc.
    7) ADGA Group Consultants Inc.
    8) Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
    9) ADRM Technology Consulting Group Corp.
    10) ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    11) AECOM Canada Ltd.
    12) ALINEA INTERNATIONAL LTD.
    13) Altis Human Resources (Ottawa) Inc.
    14) ALTRUISTIC INFORMATICS CONSULTING INC.
    15) ARTEMP PERSONNEL SERVICES INC
    16) Avascent Canada ULC
    17) BDO Canada LLP
    18) Beyond Technologies Consulting Inc.
    19) BMT CANADA LTD.
    20) BP & M Government IM & IT Consulting Inc.
    21) Cache Computer Consulting Corp.
    22) Calian Ltd.
    23) Cathexis Consulting Inc.
    24) CGI Information Systems and Management Consultants Inc.
    25) Cheminfo Services Inc.
    26) CloseReach Ltd.
    27) Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
    28) Conseillers en management MARCON inc.
    29) Contract Community Inc.
    30) CPCS Transcom Limited
    31) Dale McMurchy Consulting Inc
    32) Deloitte Inc.
    33) Donna Cona Inc.
    34) ELSEVIER CANADA INC.
    35) Ernst & Young LLP
    36) Excel Human Resources Inc.
    37) FERENCE & COMPANY CONSULTING LTD.
    38) Fifalde Consulting Inc
    39) Gelder, Gingras & Associates Inc.
    40) Goss Gilroy Inc.
    41) Groupe Intersol Group Ltee.
    42) HCM WORKS INC./HCM TRAVAIL INC.
    43) HDP Group Inc
    44) Hickling, Arthurs, Low Corporation
    45) I4C INFORMATION TECHNOLOGY CONSULTING INC
    46) IDS Systems Consultants Inc.
    47) International Development Management Advisory Group Inc.
    48) InterVISTAS Consulting Inc.
    49) Juno Risk Solutions Incorporated
    50) Kelly Sears Consulting Group
    51) KPMG LLP
    52) KSAR & ASSOCIATES INC
    53) Lannick Contract Solutions Inc.
    54) Lansdowne Technologies Inc.
    55) Le Groupe Conseil Bronson Consulting Group
    56) Les services Euroconsult Amerique du Nord Inc. / Euroconsult North America Services Inc.
    57) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    58) Maplesoft Consulting Inc.
    59) MGIS Inc.
    60) Mindwire Systems Ltd.
    61) MNP LLP
    62) Mobile Resource Group Inc
    63) Modis Canada Inc
    64) NATTIQ INC.
    65) NavPoint Consulting Group Inc.
    66) NewLeaf Performance Inc.
    67) Olav Consulting Corp
    68) OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    69) Orbis Risk Consulting Inc.
    70) Performance Management Network Inc.
    71) POLICYSPARK.AI INC.
    72) Portage Personnel Inc.
    73) PRA Inc.
    74) Pricewaterhouse Coopers LLP
    75) Project Services International (PBJRT) Inc
    76) Protak Consulting Group Inc.
    77) QMR Staffing Solutions Incorporated
    78) Quallium Corporation
    79) R.A. Malatest & Associates Ltd.
    80) Raymond Chabot Grant Thornton Consulting Inc.
    81) Research Power (N.S.) Inc.
    82) RESEAU CIRCUM INC.
    83) Reticle Ventures Canada Incorporated
    84) Revay and Associates Limited
    85) RHEA INC.
    86) S.I. SYSTEMS ULC
    87) Samson & Associés CPA/Consultation Inc
    88) Sierra Systems Group Inc.
    89) SoftSim Technologies Inc.
    90) Spearhead Management Canada Ltd.
    91) Stratos Inc
    92) TDV Global inc.
    93) Technomics, Incorporated
    94) The AIM Group Inc.
    95) The Halifax Computer Consulting Group Inc.
    96) The Institute on Governance
    97) The Right Door Consulting & Solutions Incorporated
    98) The Strategic Review Group Inc.
    99) The Universalia Management Group Ltd.
    100) Thomas&Schmidt Inc.
    101) Tiree Facility Solutions Inc.
    102) TPG Technology Consulting Ltd.
    103) TRM Technologies Inc.
    104) WSP Canada Inc.
    105) Y2 Consulting Psychologists Inc./Psychologues consultants Y2 inc.
    106) Zernam Enterprise Inc

    DESCRIPTION OF THE REQUIREMENT:

    This requirement is for the Department of National Defence (DND).

    The DND, through the Director Industrial Relations, Analysis and Policy (DIRAP) requires up to three Evaluation Services Consultant on an as and when requested basis to develop an evaluation framework including defined questions and indicators, prepare an evaluation plan including data collection method, and collect data and prepare a progress report on the implementation of the modernized MSP activities. This will be done by the Consultants to help the MSP Secretariat and other government stakeholders assess whether the government’s directed improvements to the MSP announced in 2018 are being implemented effectively.

    The intent of this solicitation is to establish one (1) contract.

    GSIN CODES:

    R019F - Consulting Services

    R019BF - Human Resource Services, Business Consulting/Change Management; Project Management Services

    R019AB: Professional Services / Program Advisory Services

    R123AQ: Evaluation & Performance Measurement Services

    SECURITY REQUIREMENT:

    Minimum Corporate Security Required: PROTECTED B
    Minimum Resource Security Required: RELIABILITY STATUS

    APPLICABLE TRADE AGREEMENTS:

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement, the Canadian Free Trade Agreement, the Canada-Chile Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership, the Canada-European Union Comprehensive Economic and Trade Agreement, the Canada-Colombia Free Trade Agreement, the Canada-Honduras Free Trade Agreement, the Canada-Korea Free Trade Agreement, the Canada-Panama Free Trade Agreement, the Canada-Peru Free Trade Agreement, and the Canada-Ukraine Free Trade Agreement. 

    PROPOSED PERIOD OF CONTRACT:

    The proposed period of contract shall be from date of contract to March 31, 2023, inclusive. 

    ESTIMATED LEVEL OF EFFORT:

    The estimated level of effort of the contract will be up to 240 business days for the Senior Evaluation Services Consultant, up to 150 business days for the Intermediate Evaluation Services Consultant, and up to 150 business days for the Junior Evaluation Services Consultant. 

    ENQUIRIES:
    Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. 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 “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    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 TPSGC.spts-tsps.PWGSC@tpsgc-pwgsc.gc.ca.

    NOTE TO BIDDERS: The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Overview of the federal government contracting process;
    Searching for opportunities on the Buy and Sell - Tenders Website;
    Bidding on opportunities;
    Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    MSP Secretariat
    Email
    MunitionsSupplyProgram-ProgrammeapprovisionnementenMunitions@forces.gc.ca

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details