Professional Services-DGMPD

Solicitation number W847A-130139/B

Publication date

Closing date and time 2015/09/21 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    Professional Services - DGMPD
    
    W847A-130139/B 
    Diane Reynolds
    Telephone:  819-956-1141
    E-mail:  Diane.Reynolds@tpsgc-pwgsc.gc.ca
    
    This bid solicitation cancels and supersedes previous bid
    solicitation number W847A-130139/A dated May 28, 2015 with a
    closing of July 13, 2015 at 14h00. 
    
    The goal of the Director General Major Project Delivery (DGMPD)
    (Air) & DGMPD (Land & Sea) (L&S) is to focus attention on new
    capital equipment projects in support of Defence priorities such
    as the Canada First Defence Strategy, and to consolidate their
    management.    
    
    The Materiel Group serves the Department of National Defence
    (DND) and the Canadian Forces (CF) as a central service provider
    and functional authority for all defence materiel and equipment
    programs. The Group manages equipment through its entire life
    cycle, beginning with initial concept, moving through
    procurement, maintenance and support and ending with disposal.
    The Group is also responsible for defence materiel liaison and
    coordination with other departments, governments and
    interdepartmental organizations. DGMPD (Air) and DGMPD (L&S) are
    responsible for the acquisition of major new equipment linked to
    the CF transformation.
    
    Up to 16 contracts may be issued as a result of this bid
    solicitation; one contract per resource category. 
    
    The contract(s) period will be from the Date of Contract award
    for a period of two years with the irrevocable option to extend
    the contract(s) by three periods of one-year each.
    
    This bid solicitation is issued against the Supply Arrangement
    for Task Based Professional Services under the Task and
    Solutions Professional Services (TSPS) method of supply, Public
    Works and Government Services (PWGSC) File No. E60ZN-15TSPS. 
    
    For the Senior Engineering Graduate resource category, this
    requirement is open only to the following Technical Engineering
    and Maintenance Services Stream (TEMS) suppliers who are
    pre-qualified in the National Capital Region, Tier 1:
    ACF Associates Inc.
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc., in
    Joint Venture 
    Altis Human Resources (Ottawa) Inc. 
    Amtek Engineering services Ltd. 
    BMT Fleet Technology Limited 
    CAE Inc. 
    Calian Ltd. 
    Fleetway Inc. 
    GasTOPS Ltd. 
    International Safety Research Inc. 
    Louis Tanquay Informatique Inc. (LTI)
    Michael Wager Consulting Inc. 
    Modis Canada Inc 
    Neosoft Technologies Inc.
    Orbis Risk Consulting Inc. 
    Platinum Technologies Inc. 
    Promaxis Systems Inc 
    QinetiQ Limited 
    Stantec Consulting Ltd. 
    T.E.S. Contract Services Inc. 
    The AIM Group Inc. 
    Tiree Facility Solutions Inc. 
    Valcom Consulting Group Inc.
    WSP Canada Inc. 
    
    For the Senior Professional Engineer resource category, this
    requirement is open only to the following TEMS suppliers who are
    pre-qualified in the National Capital Region, Tier 1:
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in
    Joint Venture 
    Altis Human Resources (Ottawa) Inc. 
    Amtek Engineering services Ltd. 
    BMT Fleet Technology Limited
    CAE Inc. 
    Fleetway Inc.
    GasTOPS Ltd. 
    International Safety Research Inc. 
    Louis Tanquay Informatique Inc. (LTI)
    Neosoft Technologies Inc.
    Orbis Risk Consulting Inc.
    Promaxis Systems Inc 
    Protak Consulting Group Inc.
    QinetiQ Limited 
    Stantec Consulting Ltd. 
    T.E.S. Contract Services Inc. 
    The AIM Group Inc. 
    Tiree Facility Solutions Inc. 
    WSP Canada Inc.
    
    For the Senior Integrated Logistics Support Specialist resource
    category, this requirement is open only to the following TEMS
    suppliers who are pre-qualified in the National Capital Region,
    Tier 1:
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Altis Human Resources (Ottawa) Inc.
    Amtek Engineering services Ltd. 
    BMT Fleet Technology Limited 
    CAE Inc. 
    Calian Ltd. 
    Fleetway Inc. 
    Neosoft Technologies Inc.
    Platinum Technologies Inc. 
    Promaxis Systems Inc 
    QinetiQ Limited 
    Stantec Consulting Ltd. 
    Tiree Facility Solutions Inc. 
    Valcom Consulting Group Inc.  
    
    For the Senior Life Cycle Management Specialist resource
    category, this requirement is open only to the following TEMS
    suppliers who are pre-qualified in the National Capital Region,
    Tier 1:
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in
    Joint Venture 
    Altis Human Resources (Ottawa) Inc.
    Amtek Engineering services Ltd. 
    BMT Fleet Technology Limited 
    CAE Inc. 
    Calian Ltd. 
    Fleetway Inc. 
    International Safety Research Inc. 
    Neosoft Technologies Inc
    Platinum Technologies Inc. 
    Promaxis Systems Inc 
    QinetiQ Limited 
    Stantec Consulting Ltd. 
    The AIM Group Inc. 
    Tiree Facility Solutions Inc. 
    Valcom Consulting Group Inc.
    
    This requirement is covered under the North American Free Trade
    Agreement (NAFTA), Agreement on Internal Trade (AIT) and World
    Trade Organization Agreement on Government Opportunities
    (WTO-AGP).
    
    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 Industrial Security Program, of PWGSC
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    This procurement is subject to the Controlled Goods Program.
    
    The resulting Contract is not to be used for deliveries within a
    Comprehensive Land Claims Settlement Area (CLCSA). All
    requirements for delivery within a CLCSA are to be processed
    individually.
    
    
    
    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
    • Agreement on Internal Trade (AIT)
    • 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
    Reynolds, Diane
    Phone
    (819) 956-1141 ( )
    Fax
    (819) 956-9235
    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

    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)
    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: