SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

One Intermediate (level 2) and one Senior (level 3) Project Manager

Solicitation number W8475-TSPS2023-12/A

Publication date

Closing date and time 2023/03/06 14:00 EST

Last amendment date


    Description

    Amendment
    Closing date extended to 06 March at 14:00 Eastern Standard Time (EST).
    *ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME*.

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS).

    TASK BASED E60ZT-18TSPS/ PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8475-TSPS2023-12/A

    TIER 1 (< $3.75 M)

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

    This requirement is for the:

    - Stream 3: Project management services stream

    - Category 2: Project Manager

    for the services of:

    - One (1) Intermediate Project Manager and one (1) Senior Project Manager

    GSIN

    Number of Contracts: This bid solicitation is intended to result in the award of up to two (2) contracts for three (3) years, plus two (2) irrevocable option years allowing Canada to extend the term of the Contract(s).

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), 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://canadabuys.canada.ca/en/tender-opportunities

    Location of Work to be Performed:

    Region(s): National Capital Region

    Specific Location(s): 455 Boulevard de la Carrière, Gatineau, QC

    Security Requirement:

    Security Requirements Check List: Common PS SRCL #20

    Supplier Security Clearance required: FSC - Secret

    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per resource per year.

    Estimated time frame of contract – March 10 2023 to February 28 2026 plus two (2) irrevocable option years.

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8475-TSPS2023-12/A

    DND POC: Emérance Nyirahakizimana

    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    Description of the Requirement:

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence for the provision of Task and Solutions Professional Services.

    The Department of National Defence (DND) is seeking one (1) Senior and one (1) Intermediate Project Manager in support of the Royal Canadian Air Force’s Air Force Expeditionary Capacity program projects.

    Documents may be submitted in either official language of Canada.

    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) at: spts.tsps@tpsgc-pwgsc.gc.ca.

    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 only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:

    • 3.2 Project Manager

    The following SA Holders have been invited to submit a proposal.

    List of Suppliers:

    1. 1019837 Ontario Inc.
    2. 4Plan Consulting Corp.
    3. A Hundred Answers Inc.
    4. A. Net Solutions Inc.
    5. Accurate Design & Communication Inc.
    6. ADGA Group Consultants Inc.
    7. ADRM Technology Consulting Group Corp.
    8. Altis Human Resources (Ottawa) Inc.
    9. Avascent Canada ULC
    10. AZUR HUMAN RESOURCES LIMITED
    11. Beyond Technologies Consulting Inc.
    12. Blue Water Sourcing Inc
    13. BOYDEN ONTARIO INC.
    14. BRING Management Solutions Inc.
    15. BurntEdge Incorporated
    16. Calian Ltd.
    17. CGI Information Systems and Management Consultants Inc.
    18. CIMA+ S.E.N.C.
    19. CloseReach Ltd.
    20. Colliers Project Leaders Inc.
    21. Contract Community Inc.
    22. CVL INFORMATION SOLUTIONS INC.
    23. Deloitte Inc.
    24. Donna Cona Inc.
    25. Econ Inc.
    26. Elevated Thinking Inc.
    27. Excel Human Resources Inc.
    28. Foursight Consulting Group Inc.
    29. GCSTRATEGIES INCORPORATED
    30. Holonics Inc.
    31. HubSpoke Inc.
    32. IBISKA Telecom Inc.
    33. Information Management and Technology Consultants Inc.
    34. Intelan Consulting Inc.
    35. IPSS INC.
    36. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    37. KPMG LLP
    38. KSAR & ASSOCIATES INC
    39. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    40. L-3 Technologies MAS Inc.
    41. Le Groupe Conseil Bronson Consulting Group
    42. Lean Agility Inc.
    43. Leo-Pisces Services Group Inc.
    44. Louis Tanguay Informatique Inc.
    45. Lumina IT inc.
    46. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    47. Maplefox Projects Inc.
    48. Maplesoft Consulting Inc.
    49. Maverin Business Services Inc.
    50. MaxSys Staffing & Consulting Inc.
    51. MDOS CONSULTING INC.
    52. Messa Computing Inc.
    53. MGIS Inc.
    54. Mindstream Training Center and Professional Services Bureau, Inc
    55. Mindwire Systems Ltd.
    56. Modis Canada Inc
    57. NATTIQ INC.
    58. NavPoint Consulting Group Inc.
    59. Newfound Recruiting Corporation
    60. Nisha Technologies Inc.
    61. Olav Consulting Corp
    62. OpenFrame Technologies, Inc.
    63. Orangutech Inc.
    64. Performance Management Network Inc.
    65. Pleiad Canada Inc.
    66. Posterity Group Consulting Inc,
    67. PRECISIONERP INCORPORATED
    68. Pricewaterhouse Coopers LLP
    69. Primex Project Management Limited
    70. Procom Consultants Group Ltd.
    71. Promaxis Systems Inc
    72. QinetiQ Group Canada Inc.
    73. QMR Staffing Solutions Incorporated
    74. Randstad Interim Inc.
    75. Raymond Chabot Grant Thornton Consulting Inc.
    76. Run Straight Consulting Ltd
    77. S.I. SYSTEMS ULC
    78. Samson & Associés CPA/Consultation Inc
    79. SEASI Consulting Inc.
    80. SÉLECT GLOBAL INTERNATIONAL LTÉE.
    81. SRA Staffing Solutions Ltd.
    82. TAG HR The Associates Group Inc.
    83. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    84. TDV Global inc.
    85. Tech4soft Inc.
    86. THE LANSDOWNE CONSULTING GROUP INC.
    87. The Right Door Consulting & Solutions Incorporated
    88. THE SOURCE STAFFING SOLUTIONS INC.
    89. The VCAN Group Inc.
    90. Thinkpoint Inc.
    91. Thomas&Schmidt Inc.
    92. Tiree Facility Solutions Inc.
    93. TRM Technologies Inc.
    94. Tundra Technical Solutions Inc
    95. Turtle Island Staffing Inc.
    96. Valcom Consulting group Inc.
    97. Veritaaq Technology House Inc.
    98. Zernam Enterprise Inc
    99. ZW Project Management Inc 

    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)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Nyirahakizimana, Emérance
    Email
    Emerance.Nyirahakizimana@forces.gc.ca
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0Z4
    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
    World
    Procurement method
    Competitive – Open Bidding

    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: