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)
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
- 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 WellingtonGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.