VISSC II BID EVALUATION SUPPORT
Solicitation number W8482-230213/A
Publication date
Closing date and time 2022/10/03 14:00 EDT
Description
NOTICE OF PROPOSED PROCURMENT (NPP)
For
VISSC II BID EVALUATION SUPPORT
SOLUTIONS Based Professional Services (TSPS) Requirement
This requirement is for the Department of National Defence (DND).
This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB/E who qualify under the following category:
Stream 3 - Project Management Services
The following SA Holders have been invited to submit a proposal.
1. 4336615 Canada Inc. and RFP Solutions Inc. joint-venture
2. A Hundred Answers Inc.
3. Avascent Canada ULC
4. Canadian Development Consultants International Inc.
5. Colliers Project Leaders Inc.
6. Colliers Project Leaders Inc., Tiree Faclity Solutions Inc. in Joint Venture
7. Commerce Decisions Limited
8. Doreen M. Wong
9. Ernst & Young LLP
10. HDP Group Inc.
11. Holonics Inc.
12. Human Resource Systems Group. Ltd.
13. Landsdowne Technologies Inc.
14. NATTIQ INC.
15. New Leaf Performance Inc.
16. PubliVate Inc.
17. QMR Staffing Solutions Incorporated, 3D Global Enterprises Inc. In Joint Venture
18. Raymond Chabot Grant Thornton Consulting Inc.
19. Stratos Inc.
20. ZW Project Management Inc.
However, SA holders not invited to bid who wish to do so may, no later than five days prior to the published closing date of the solicitation, contact the Procurement Authority and request an invitation to bid. An invitation will be issued unless it would interfere with the proper functioning of the procurement system. Under no circumstances will Canada extend the solicitation closing date to allow these suppliers to bid. Where additional solicitations are issued as part of the solicitation process, they may not be considered in amendments to the solicitation.
GSIN:
R019BF HUMAN RESOURCE SERVICES, BUSINESS CONSULTING/CHANGE MANAGEMENT; PROJECT MANAGEMENT SERVICES
Reference Number:
W8482-230213
Solicitation Number:
W8482-230213/A
Organization Name:
Department of National Defence - Director General Maritime Equipment Program Management
Anticipated Start Date:
November 2022
Estimated Level of Effort:
N/A - see within
Contract Duration:
The proposed period of contract shall be from Date of Contract to 31 March 2026, followed by one (1) option periods of one (1) year, 01 April 2026 to 31 March 2027.
Solicitation Method:
Selective
Applicable Trade Agreements:
CFTA, WTO-AGP, CPTPP, Canada-UK TCA, Canada - Chile Free Trade Agreement, Canada-Colombia Free Trade Agreement, Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada-Peru Free Trade Agreement, Canada-Panama Free Trade Agreement, Canada-Ukraine Free Trade Agreement
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
Requirement Details
Description of Work:
The Department of National Defence (DND) has a requirement to procure bid evaluation services to support the development, implementation, and execution of the bid evaluation for the next Victoria-class submarine In Service Support Contract (VISSC II). DND is seeking the support of a bid evaluation team including one (1) team leader and minimum of two (2) up to a maximum of five (5) other team members. These services, in addition to the provision of an optional bid-evaluation software, which is intended to be procured via a sub-contract, will help DND in creating an effective and defensible bid-evaluation process.
Security Requirement:
There is a security requirement associated with this requirement.
Associated Documents:
The Request for Proposal (RFP) documents will be e-mailed directly, from the Procurement Authority, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).
Procurement Authority:
Name: Amy Fisher
Email Address: MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@forces.gc.ca
Inquiries:
Inquiries regarding this RFP requirement must be submitted to the Procurement Authority named above. The Crown retains the rights to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
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)
-
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-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
- Guindon, Daniel
- Email
- DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.gc.ca
- Address
-
101 Colonel By Dr.Ottawa, ON, K1A 0K2CA
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.