W6399-22-LI69/A – TSPS SA – One (1) Intermediate Risk Management Specialist
Solicitation number W6399-22-LI69/A
Publication date
Closing date and time 2022/06/02 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W6399-22-LI69/A
Tier: 1 (< $2M)
This requirement is for the Department of National Defence (DND) for the services of One (1) Intermediate Risk Management 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 three (3) 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 Service (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 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:
1019837 Ontario Inc.
163904 Canada Inc.
2147729 ONTARIO CORPORATION
4165047 Canada Inc.
4Plan Consulting Corp.
6137318 Canada Inc
7792395 Canada Inc.
8005931 Canada Inc
8513929 Canada Inc.
9149481 Canada Inc.
9468269 Canada Corp.
A Hundred Answers Inc.
A. Net Solutions Inc.
Accenture Inc.
ACF Associates Inc.
Acosys Consulting Services 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
Arup Canada Inc.
Avascent Canada ULC
AZUR HUMAN RESOURCES LIMITED
Baiame Technology and Consulting Limited
BDO Canada LLP
Bevertec CST Inc.
Beyond Technologies Consulting Inc.
Blue Water Sourcing Inc
Breckenhill Inc.
Bridgetown Consulting Inc.
BTY Consulting Inc.
BurntEdge Incorporated
Cache Computer Consulting Corp.
Calian Ltd.
CGI Information Systems and Management Consultants Inc.
CIMA+ S.E.N.C.
Cistel Technology Inc.
CloseReach Ltd.
Cloud SynApps Inc.
CM Inc.
Cofomo Ottawa
Colliers Project Leaders Inc.
Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
COLLIGO CONSULTING INCORPORATED
COMPUTACENTER TERAMACH INC.
Confluence Consulting Inc.
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
DEL-PM INC.
Deloitte Inc.
DLS Technology Corporation
Donna Cona Inc.
Durivage Management Solutions Limited
Eagle Professional Resources Inc.
Eclipsys Solutions Inc
Econ Inc.
Elevated Thinking Inc.
Ernst & Young LLP
Etico, Inc.
Excel Human Resources Inc.
Fifalde Consulting Inc.
Fleetway Inc.
Foursight Consulting Group Inc.
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
GCSTRATEGIES INCORPORATED
GEF Consulting Inc.
Gelder, Gingras & Associates Inc.
GovInsights Consulting Inc.
Groupe Intersol Group Ltee.
HDP Group Inc
HubSpoke Inc.
I4C INFORMATION TECHNOLOGY CONSULTING INC
IBISKA Telecom Inc.
IDS Systems Consultants Inc.
Information Management and Technology Consultants Inc.
Integra Networks Corporation
Intelan Consulting Inc.
IPSS INC.
IT/Net - Ottawa Inc.
IT/NET OTTAWA INC, KPMG LLP, in joint venture
Juno Risk Solutions Incorporated
Kelly Sears Consulting Group
KPMG LLP
Lannick Contract Solutions Inc.
Lansdowne Technologies Inc.
Le Groupe-conseil baastel ltée
Lean Agility Inc.
Leo-Pisces Services Group Inc.
Leverage Technology Resources Inc.
Lightning Tree Consulting Inc.
Louis Tanguay Informatique Inc.
Lumina IT inc.
Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
Macogep inc.
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.
MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
MNP LLP
Modis Canada Inc
Myticas Consulting Inc.
NATTIQ INC.
Newfound Recruiting Corporation
Nisha Technologies Inc.
Nortak Software Ltd.
OGGN Inc.
Olav Consulting Corp
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
OpenFrame Technologies, Inc.
OPUS LEADERS INC.
Orangutech Inc.
Orbis Risk Consulting Inc.
PGF Consultants Inc.
Platinum Technologies Inc.
Pleiad Canada Inc.
Portage Personnel Inc.
Posterity Group Consulting Inc,
Pricewaterhouse Coopers LLP
PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
Procom Consultants Group Ltd.
Prologic Systems Ltd.
Promaxis Systems Inc
Protak Consulting Group Inc.
ProVision IT Resources Ltd.
QMR Staffing Solutions Incorporated
Quallium Corporation
Quarry Consulting Inc.
Randstad Interim Inc.
Raymond Chabot Grant Thornton Consulting Inc.
Reticle Ventures Canada Incorporated
Revay and Associates Limited
RHEA INC.
Rider Levett Bucknall (Canada) Ltd.
Risk Sciences International Inc.
Robertson & Company Ltd.
Run Straight Consulting Ltd
S.I. SYSTEMS ULC
Samson & Associés CPA/Consultation Inc
Sheffield Blake Ltd.
Sia Partners Inc. / Sia Partenaires Inc.
Sierra Systems Group Inc.
Sigma Risk Management Inc
SpaceWerx Corporation
Spearhead Management Canada Ltd.
SRA Staffing Solutions Ltd.
Strategic Relationships Solutions Inc.
Stratos Inc
Stratégia conseil inc
Sundiata Warren Group Inc.
Symbiotic Group Inc.
SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
Systemscope Inc.
SÉLECT GLOBAL INTERNATIONAL LTÉE.
T.E.S. Contract Services INC.
T.I.7 Inc.
T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
TAG HR The Associates Group Inc.
TDV Global inc.
Technomics, Incorporated
TECSIS Corporation
TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
The AIM Group Inc.
The Avascent Group, Ltd.
The Halifax Computer Consulting Group Inc.
The Right Door Consulting & Solutions Incorporated
THE SOURCE STAFFING SOLUTIONS INC.
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 CANADA INC.
Turtle Island Staffing Inc.
Valency Inc
Vantix Systems Inc.
Veritaaq Technology House Inc.
Wood Canada Limited
WSP Canada Inc.
Y2 Consulting Psychologists Inc./Psychologues consultants Y2 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
Citizen Restriction: Canadian
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: 1600 Star Top Road, Ottawa, Ontario
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Kelsey Lawrence
Email: kelsey.lawrence2@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-UK Trade Continuity Agreement (Canada-UK TCA)
-
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
- Kelsey Lawrence
- Email
- kelsey.lawrence2@forces.gc.ca
- Address
-
455 Blvd de la CarriereGatineau, QC, J8Y 6V7CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada