LCMS Svcs - Labour
Solicitation number W8486-217392/A
Publication date
Closing date and time 2021/02/18 13:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA 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: NOTICE OF PROPOSED PROCUREMENT RETENDER This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS). TASK BASED E60ZT-18TSPS/ PROFESSIONAL SERVICES REQUIREMENT FILE NUMBER: W8486-217392 TIER 2 (> $3.75M) This requirement is for the Department of National Defence (DND). This requirement is for the: Stream 5 Technical Engineering and Maintenance Services Stream - 5.16 Life Cycle Management Specialists For the services of: Five Senior Life Cycle Management Specialists - (Secret-level 3) Number of Contracts: This bid solicitation is intended to result in the award of one (1) or multiple contracts for two (3) firm years, plus two (2) one-year irrevocable options allowing Canada to extend the term of the Contract. Request for Proposal (RFP) documents will be e-mailed directly, from the PSPC Point of Contact, 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). Location of Work to be performed Region: National Capital Region Specific Location: 43 Blvd Sacré-Coeur, Gatineau, Quebec Level of Security Requirement: Company Minimum Security Level Required Canada x Protected A x Protected B x Protected C x Confidential x Secret Resource Minimum Security Level Required Canada x Protected A x Protected B x Protected C x Confidential x Secret Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the PSPC personnel listed below: File Number: W8486-217392 David Pengelly Intern Officer Public Services and Procurement Canada Training and Specialized Services Division 10, rue Wellington, Gatineau (Québec) Canada, K1A 0H4 Courriel / E-mail: David.Pengelly@tpsgc-pwgsc.gc.ca The Department of National Defence (DND) Director Land Command Systems Program Management (DLCSPM) is seeking one or more Contractors to provide a team of up to 5 Life Cycle Management Specialists to support services for the Land Command Support System (LCSS). 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 the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier: 1. ACF Associates Inc. 2. ADGA Group Consultants Inc. 3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 4. Altis Human Resources (Ottawa) Inc. 5. BMT CANADA LTD. 6. Calian Ltd. 7. Fleetway Inc. 8. L-3 Technologies MAS Inc. 9. Maverin Business Services Inc. 10. MaxSys Staffing & Consulting Inc. 11. Modis Canada Inc 12. Olav Consulting Corp 13. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 14. Platinum Technologies Inc. 15. Procom Consultants Group Ltd. 16. Promaxis Systems Inc 17. QinetiQ Limited 18. T.E.S. Contract Services INC. 19. The AIM Group Inc. 20. Tiree Facility Solutions Inc. 21. Valcom Consulting group Inc. 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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Pengelly, David
- Phone
- (343) 552-5193 ( )
- Email
- jeremy.gagne@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
Terrasses de la Chaudière 5th Floor
Terrasses de la Chaudière 5e étage
10 Wellington Street,
10, rue WellingtonGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZH.B134.E38989.EBSU001.PDF | 001 |
English
|
18 |
Access the Getting started page for details on how to bid, and more.