TEMS and PMS for Equipment Fielding Detachments (EFD)

Solicitation number W8476-185902/A

Publication date

Closing date and time 2019/04/02 14:00 EDT

Last amendment date


    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: 
    
    W8476-185902/A
    
    
    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: 
    
    3.1 Project Administrator - Intermediate 
    5.2 Technician - Junior 
    5.2 Technician - Senior 
    5.14 Integrated Logistics Support (ILS) Specialist - Junior
    
    
    The following SA Holders have been invited to submit a proposal. 
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    AEROTEK ULC 
    Altis Human Resources (Ottawa) Inc. 
    BMT CANADA LTD. 
    Calian Ltd. 
    Fleetway Inc. 
    L-3 Technologies MAS Inc. 
    Maverin Business Services Inc. 
    Mishkumi Technologies Inc. 
    Modis Canada Inc 
    Platinum Technologies Inc. 
    Promaxis Systems Inc 
    T.E.S. Contract Services INC. 
    The AIM Group Inc. 
    Valcom Consulting group Inc. 
    
    
    Description of the Requirement:
    
    The Department of National Defence has a requirement for Technical Engineering and Management Services (6 x Junior Technicians, 2 x Junior ILS Specialists, 1 x Senior Technician) and Project Management Services (1 x Intermediate Project Administrator) to support the Land Command Support System (LCSS) de-kitting and fielding activities at each Equipment Fielding Detachments (EFD) located in Gagetown NB, Valcartier QC, Petawawa ON, and Edmonton AB.
    
    Up to 4 contracts may be issued as a result of this bid solicitation; one contract per region. Bidders may bid on one or more regions.
    
    Region 1 - Gagetown
    Region 2 - Valcartier
    Region 3 - Petawawa
    Region 4 - Edmonton
    
    
    Level of Security Requirement: 
    
    Company Minimum Security Level Required: Facility Security Clearance (FSC) at the level of secret
    
    Resource Minimum Security Level Required: Secret Clearance
    
    
    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), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) and the Canadian Free Trade Agreement (CFTA).
    
    
    Proposed period of contract:
    
    The proposed period of contract(s) will be from May 16, 2019 to November 15, 2020 with the irrevocable option to extend the contract(s) by 3 periods of one-year each
    
    
    Estimated Level of Effort:
    
    The estimated level of effort of the contract will be for up to:
    340 days for initial period per resource (Valcatier is 90 days for initial period per resource)
    240 days for option period 1 per resource
    240 days for option period 2 per resource
    140 days for option period 3 per resource
    
    
    Contracting Authority:
    
    File Number:   W8476-185902
    Contracting Authority: Lisa Le
    Phone Number:  613-858-7912
    E-Mail:    Lisa.Le@pwgsc-tpsgc.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)
    • 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
    Le, Lisa
    Phone
    (613) 858-7912 ( )
    Email
    lisa.le@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

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    003
    English
    41

    Access the Getting started page for details on how to bid, and more.

    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
    Alberta
    ,
    New Brunswick
    ,
    Ontario (except NCR)
    ,
    Quebec (except 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: