Life Cycle Material Mgr. Services

Solicitation number W8485-20SC10/A

Publication date

Closing date and time 2020/05/07 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This requirement is for: Department of National Defense / Canadian Armed Force
    
    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: 5.16 Life Cycle Management Specialist
    
    For the services of four Life Cycle Management Specialists
    
    
    The following SA Holders have been invited to submit a proposal.
    1. 7351933 CANADA INC.
    2. ACF ASSOCIATES 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. DELOITTE INC.
    8. DILLON CONSULTING LIMITED
    9. FLEETWAY INC.
    10. L-3 TECHNOLOGIES MAS INC.
    11. MAVERIN BUSINESS SERVICES INC.
    12. MAXSYS STAFFING & CONSULTING INC.
    13. MODIS CANADA INC.
    14. OLAV CONSULTING CORP.
    15. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    16. PENNANT CANADA LIMITED
    17. PLATINUM TECHNOLOGIES INC.
    18. PROCOM CONSULTANTS GROUP LTD.
    19. PROMAXIS SYSTEMS INC.
    20. QINETIQ LIMITED
    21. T.E.S. CONTRACT SERVICES INC.
    22. THE AIM GROUP INC.
    23. THOMAS&SCHMIDT INC.
    24. TIREE FACILITY SOLUTIONS INC.
    25. VALCOM CONSULTING GROUP INC.
    
    Description of the Requirement:
    
    The Directorate of Aerospace Equipment Program Management (Fighters and Trainers) 6 (DAEPM(FT) 6) requires the Professional Services of four (4) Life Cycle Management Specialists (LCMSs) to support the Division's Aerospace Equipment Management Programs.  The DAEPM (FT) 6 section is made up of a Department of National Defence/Canadian Armed Forces (DND/CAF) component and Contractor resources.
    
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required
    
    The minimum security clearance for a company is: Secret.
    
    
    Resource Minimum Security Level Required
    
    The minimum security clearance for each resource is: Secret.
    
    Special comments: An access to controlled goods will be required
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA),  the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    Accessible procurement:
    
    Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria and features must be considered in the requirements for goods and services.
    
    
    Proposed period of contract:
    
    The proposed period of contract will include 3 years of contract and two 1 year optional years
    
    
    Estimated Level of Effort:
    
    The estimated level of effort of the contract will be for 4800 days (240 days x 4 resources x (3 years of original and 2 optional years))
    
    
    File Number:    W8485-20SC10
    
    Contracting Authority: Jean-David Leblanc
    
    Phone Number:  613-720-7865
    
    E-Mail:   jean-david.leblanc@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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Leblanc, Jean-David
    Phone
    (613) 720-7865 ( )
    Email
    jean-david.leblanc@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    Terrasses de la Chaudière 5e étage
    10 Wellington Street,
    10, rue Wellington
    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
    Lowest 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: