Senior Engineers - TEMS

Solicitation number W8474-19SR13/A

Publication date

Closing date and time 2019/10/17 14:00 EDT

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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    TASK Based Professional Services (TSPS) Requirement
    
    This bid solicitation uses Portable Document Format (PDF) technology. To access the PDF form, bidders must have a PDF reader installed. If bidders do not already have such a reader, there are several PDF readers available on the Internet.  It is recommended to use the latest version of PDF reader to benefit all features of the interactive forms.
    
    This requirement is for: The Department of National Defence
    
    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS who qualified under Tier 2 for the following category: 
    
    5.3 Engineering Graduate
    
    The following SA Holders have been invited to submit a proposal. 
    Access Corporate Technologies Inc. 
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    AECOM Canada Ltd. 
    Alion Science and Technology (Canada) Corporation 
    Altis Human Resources (Ottawa) Inc. 
    Blue Water Sourcing Inc 
    BMT CANADA LTD. 
    Calian Ltd. 
    Deloitte Inc. 
    Dillon Consulting Limited 
    GasTOPS Ltd. 
    L-3 Technologies MAS Inc. 
    Louis Tanguay Informatique Inc. 
    Martec Limited 
    Maverin Business Services Inc. 
    Modis Canada Inc 
    Numerica Technologies inc. 
    Olav Consulting Corp 
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 
    Orbis Risk Consulting Inc. 
    Platinum Technologies Inc. 
    Posterity Group Consulting Inc, 
    Primex Project Management Limited 
    Procom Consultants Group Ltd. 
    Promaxis Systems Inc 
    QinetiQ Limited 
    T.E.S. Contract Services INC. 
    The AIM Group Inc. 
    Tiree Facility Solutions Inc. 
    Valcom Consulting group Inc. 
    WSP Canada Inc. 
    
    
    Description of the Requirement:
    
    The Department of National Defence (DND) has a requirement for two Senior Engineering Graduate resources to support the Defence Cryptographic Modernization Project (Defence CMP) sub-projects and follow-on cryptographic projects on an “as and when required” basis. Work will primarily take place within the premises of the DPDCIS Office located within the National Capital Region (NCR). Travel outside of the NCR may be required on occasion.
       
    The resulting contract will not include deliveries of services within locations within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs).  Any requirements for deliveries of services within locations within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador that are subject to CLCAs will have to be treated as a separate procurement not forming part of the bid solicitation.
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the Attachment 2 to Part 3 under section Federal Contractors Program for Employment Equity - Certification.
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required: Facility Security Clearance (FSC) at the level of SECRET
    
    Resource Minimum Security Level Required: must be citizens of Canada and must EACH hold a valid personnel security screening at the level of SECRET
    
    This procurement is subject to the Controlled Goods Program. 
    
    The contractor shall at all times during the performance of the contract possess a letter from PWGSC identifying the results of the Foreign Ownership, Control and Influence (FOCI) assessment with a FOCI designation of Not Under FOCI or Not Under FOCI through Mitigation.
    
    Applicable Trade Agreements:
    
    This procurement is subject to the provisions of the Canadian Free Trade Agreement (CFTA), the Canada-Korea Free Trade Agreement, the Canada-Ukraine Free trade agreement, World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).
    
    Proposed period of contract:
    
    The proposed period of contract will be from contract award to January 31, 2022 with the irrevocable option to extend the contract by 3 periods of one-year each.
    
    Estimated Level of Effort:
    
    The estimated level of effort of the contract will be for up to:
    
    Initial Contract Period (contract award to January 31, 2022)
    Senior Engineering Graduate 1  455 days
    Senior Engineering Graduate 2 65 days
    
    Option 1 (February 1, 2022 to January 31, 2023)
    Senior Engineering Graduate 1  240 days
    Senior Engineering Graduate 2 60 days
     
    Option 2 (February 1, 2023 to January 31, 2024)
    Senior Engineering Graduate 1  240 days
    Senior Engineering Graduate 2 60 days
     
    Option 3 (February 1, 2024 to January 31, 2025)
    Senior Engineering Graduate 1  240 days
    Senior Engineering Graduate 2 60 days
    
    Contracting Authority:
    
    File Number:    W8474-19SR13
    Contracting Authority: Heather Cole 
    Phone Number:  (613) 858-8648
    E-Mail:   Heather.Cole@tpsgc-pwgsc.gc.ca  
    
    
    
    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles.  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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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
    Cole, Heather
    Phone
    (613) 858-8648 ( )
    Email
    heather.cole@tpsgc-pwgsc.gc.ca
    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: