Centre for Costing in Defence

Solicitation number W6369-18X008/A

Publication date

Closing date and time 2018/01/12 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK BASED PROFESSIONAL SERVICES (TSPS) REQUIREMENT
    (File No. W6369-18X008/A - Requirement greater than $2 million) 
    
    This requirement is for THE DEPARTMENT OF NATIONAL DEFENCE (DND)
    
    This requirement is for TSPS class 3. PROJECT MANAGEMENT SERVICES STREAM
    
    TSPS CATEGORY                 LEVEL OF EXPERTISE
    3.2 Project Manager         Intermediate
    3.2 Project Manager         Senior
    3.8 Financial Specialist Junior
    3.8 Financial Specialist Intermediate
    3.8 Financial Specialist Senior
    
    Up to two task authorization contracts to be awarded.
    
    This requirement is open only to the following companies who qualified under the stated consultant categories, security level, region and tier:
    
    529040 ONTARIO INC and 880382 ONTARIO INC 
    7792395 Canada Inc. 
    A Hundred Answers Inc. 
    A. Net Solutions Inc. 
    Accenture Inc. 
    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 
    AEROTEK ULC 
    Altis Human Resources (Ottawa) Inc. 
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 
    ARTEMP PERSONNEL SERVICES INC 
    Auguste Solutions and Associates Inc. 
    BDO Canada LLP 
    Belham PDS Inc. 
    Beyond Technologies Consulting Inc. 
    BMT Fleet Technology Limited 
    Boeing Canada Operations Ltd. 
    BP & M Government IM & IT Consulting Inc. 
    Breckenhill Inc. 
    BurntEdge Incorporated 
    Cache Computer Consulting Corp. 
    Calian Ltd. 
    CBRE Limited 
    CGI Information Systems and Management Consultants Inc. 
    Colliers Project Leaders Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Confluence Consulting Inc. 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CORE Software Corp 
    CPCS Transcom Limited 
    CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    Dare Human Resources Corporation 
    Deloitte Inc. 
    DPRA Canada Incorporated 
    Eagle Professional Resources Inc. 
    Econ Inc. 
    Emerion 
    Ernst & Young LLP 
    Excel Human Resources Inc. 
    FMC Professionals Inc. 
    Foursight Consulting Group Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    Halo Management Consulting Inc. 
    Harrington Marketing Limited 
    HDP Group Inc 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IAN MARTIN LIMITED 
    IBISKA Telecom Inc. 
    IBM Canada Ltd. 
    Information Management and Technology Consultants Inc. 
    Integra Networks Corporation 
    IT/Net - Ottawa Inc. 
    Kelly Sears Consulting Group 
    KPMG LLP 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Leo-Pisces Services Group Inc. 
    LNW Consulting Inc 
    Lumina IT inc. 
    Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE 
    Manpower Services Canada Ltd. 
    Maplesoft Consulting Inc. 
    MaxSys Staffing & Consulting Inc. 
    Messa Computing Inc. 
    MGIS Inc. 
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 
    Michael Wager Consulting Inc. 
    Mindwire Systems Ltd. 
    Mishkumi Technologies Inc. 
    Modis Canada Inc 
    N12 Consulting Corporation 
    NATTIQ INC. 
    Olav Consulting Corp 
    Orbis Risk Consulting Inc. 
    Otus Strategic Financial Business Planning Group 
    Phirelight Security Solutions Inc. 
    Pleiad Canada Inc. 
    Portage Personnel Inc. 
    Pricewaterhouse Coopers LLP 
    Primex Project Management Limited 
    Procom Consultants Group Ltd. 
    Proex Inc. 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QinetiQ Limited 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    Randstad Interim Incorporated 
    Raymond Chabot Grant Thornton Consulting Inc. 
    Robertson & Company Ltd. 
    S.i. Systems Ltd. 
    Samson & Associés CPA/Consultation Inc 
    Sierra Systems Group Inc. 
    Solutions Moerae Inc 
    Somos Consulting Group Ltd. 
    SpaceWerx Corporation 
    Spearhead Management Canada Ltd. 
    Stantec Consulting Ltd. 
    Strategic Relationships Solutions Inc. 
    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture. 
    Systemscope Inc. 
    TDV Global inc. 
    The Halifax Group Inc. 
    The VCAN Group 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 
    Turtle Technologies Inc. 
    Valcom Consulting group Inc. 
    Veritaaq Technology House Inc. 
    verTerra corp. 
    WSP CANADA GROUP LIMITED 
    WSP Canada Inc. 
    Yoush Inc. 
    Zernam Enterprise Inc 
    ZW Project Management Inc. 
    
    The Request for Proposal (RFP) document will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT Buyandsell.gc.ca/tenders IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed:
    
    Contractor personnel may be required to travel outside of the National Capital Region or outside of Canada. 
    
    Security Requirement:
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2.         The Contractor/Offeror personnel requiring access to CLASSIFIED/PROTECTED information, assets or sensitive work site(s), must be permanent residents of Canada, citizens of Canada, Australia, New Zealand, or a NATO member country, AND must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by CISD/PWGSC. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by CISD/PWGSC, the Contractor/ personnel MAY NOT HAVE ACCESS to (CLASSIFIED/PROTECTED) information or assets, and MAY NOT ENTER sites where such information or assets are kept, without an escort.
    
    3.  The Contractor/Offeror MUST NOT remove any CLASSIFIED/PROTECTED information from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction. 
    
    4.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    5. The Contractor/Offeror must comply with the provisions of the:
    
    a)  Security Requirements Check List and security guide (if applicable), attached at Annex C.
    b)  Industrial Security Manual (Latest Edition).
    
    Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below:
    
    File Number: W6369-18X008/A
    Contracting Officer: Jonah Dubé 
    Phone Number: 873-469-4980
    Email: Jonah.dube@tpsgc-pwgsc.gc.ca
    
    The Department of National Defence (DND) has a requirement for professional services to support the DND’s Centre for Costing in Defence (CCD) Directorate with costing activities in order to deliver and apply its proven life cycle costing methodology for projects and programs included in the DND’s Investment Plan.
    
    This bid solicitation is being issued to satisfy the requirement of DND for Task Based Professional Services. It is intended to result in the award of up to two (2) Task Authorization contract(s) on an as and when required basis form date of contract award to three years later, with two (2) option periods of one (1) year each.
    
    NOTE: Task-Based Professional Services (TSPS) Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact spts.tsps@tpsgc-pwgsc.gc.ca.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Dubé, Jonah
    Phone
    (873) 469-4980 ( )
    Email
    jonah.dube@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    74
    003
    English
    15
    003
    French
    2
    002
    English
    12
    002
    French
    0
    001
    English
    21
    001
    French
    4

    Access the Getting started page for details on how to bid, and more.

    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)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: