TSPS - One Financial Specialist, Senior (Life Cycle Costing)
Solicitation number W6381-23-0005/A
Publication date
Closing date and time 2023/01/17 14:00 EST
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
Task and Solutions Professional Services (TSPS)
Organization: Department of National Defence
GSIN: R019BF - Human Resource Services, Business Consulting/Change Management; Project Management Services
This requirement is open only to those Supply Arrangement (SA) Holders under E60ZT-18TSPS who qualified under Tier 1 for services in the National Capital Region for the following category:
- Stream 3: Project Management Services
- Category: One Financial Specialist, Senior
The following SA holders have been invited to submit a proposal:
- 8005931 Canada Inc
- Acosys Consulting Services Inc. / Services Conseils Acosys Inc., The Halifax Computer Consulting Group Inc., in joint venture
- 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.
- BDO Canada LLP
- Dalian Enterprises and Coradix Technology Consulting, in joint venture
- Makwa Resourcing Inc., TPG Technology Consulting Ltd., in joint venture
- Maverin Business Services Inc.
- Mindwire Systems Ltd., Akkada Professional Services Inc., HubSpoke Inc., in joint venture
- Nattiq Inc.
- Nisha Technologies Inc.
- Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in joint venture
- Orbis Risk Consulting Inc.
- Spearhead Management Canada Ltd.
- T.I.7 Inc.
- T.I.7 Inc., The Source Staffing Solutions Inc., in joint venture
- Tato Recruiting Inc., S.i. Systems ULC, in joint venture
- TBP & Associates Inc.
- Technomics, Incorporated.
- Transpolar Technology Corporation and The Halifax Computer Consulting Group, in joint venture
- Turtle Island Staffing Inc.
Description of Work:
The Department of National Defence has a requirement for one Financial Specialist, Senior, with Life Cycle Cost Estimate (LCCE) experience, to provide engineering management support. The Financial Specialist will develop policy, procedures, training and tools in the domain of LCCE. Other tasks include the review and assessment of LCC Business Requirements and LCCE for Materiel Acquisition and Support (MA&S) Practitioners.
The period of any resulting contract will be from the date of Contract to three (3) years later. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to two (2) additional 1-year periods under the same conditions.
There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial 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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
For services requirements, Bidders must provide the required information as detailed in article 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.
This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
This is an open tender. However, it will be set-aside under the Government of Canada’s Procurement Strategy for Indigenous Business (PSIB) if two or more bids have been received by Indigenous businesses who are certified under the PSIB criteria and who may be listed in Indigenous Services Canada's Indigenous Business Directory (https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658).
The Crown retains the rights to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Contracting Authority: Dennis Lam
E-mail: dennis.lam@forces.gc.ca
Inquiries: Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. All inquiries must be submitted in writing to the Contracting Authority no later than 22 December 2022. Enquiries received after that time may not be answered. Request for Proposal (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.
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)
-
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
- Lam, Dennis
- Phone
- 613-219-5185
- Email
- dennis.lam@forces.gc.ca
- Address
-
101 Colonel By DriveOttawa ONK1A 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.