PM CONSULTANT SUPPORT

Solicitation number EH900-122869/A

Publication date

Closing date and time 2012/03/27 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NOTICE OF PROPOSED PROCUREMENT
    
    TASK BASED E60ZN-09002 PROFESSIONAL SERVICES  -  (TSPS)
    REQUIREMENT FILE NO.: EH900-122869 TIER 1 ($78,500 < x £ $2M)
     
    This requirement is for the department of Real Property Branch
    (RPB) of Public Works and Government Services Canada (PWGSC).
    
    This requirement is for Project Management Services Class for
    the services of:
    
    Number of Resources	Consultant Category	Level of Experience
    1 resource	Project Manager	2
    
    
    One Contract to be awarded.
    
    This requirement is open only to the following companies who
    qualified under the stated consultant category, security level,
    region and tier:
    
    168446 Canada Inc.
    3755479 Canada Inc.
    529040 Ontario Inc. and 880382 Ontario Inc.
    A. Net Solutions
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc.
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. / Randstad Interim Inc.
    Alcea Technologies Inc.
    Alika Internet Technologies Inc.
    Altis Human Resources (Ottawa) Inc.
    Altruistic Informatics Consulting Inc.
    Amtek Engineering services Ltd.
    Artemp Personnel Services Inc.
    Azur Human Resources Limited
    BP & M Government IM & IT Consulting Inc.
    Bragelo Group Inc.
    Bridgetown Consulting Inc.
    BurntEdge Incorporated
    Calian Ltd.
    Callihoo Consulting Group Inc.
    CGI Information Systems and Management Consultants Inc.
    CloseReach Ltd.
    Closereach Ltd., Rowanwood Consulting Inc., Bell, Browne, Molnar
    & Delicate Consulting Inc. in Joint Venture
    Colligo Consulting Incorporated
    Confluence Consulting Inc.
    Conoscenti Technologies Inc.
    Conseillers en Informatique d'Affaires CIA Inc.
    Contract Community Inc.
    Contract Community Inc., Nisha Technologies Inc. in Joint Venture
    Coradix Technology Consulting Ltd.
    CoreTracks Inc.
    CPCS Transcom Limited
    Dalian Enterprises and Coradix Technology Consulting, in Joint
    Venture
    Dare Human Resources Corporation
    Delsys Research Group Inc.
    Dessau Inc.
    Donna Cona Inc.
    Donna Cona Inc. (In Joint Venture with Messa Computing Inc)
    DPRA Canada Incorporated
    Eagle Professional Resources Inc.
    Econ Inc.
    Emerion
    Epixus Incorporated
    eVison Inc., Softsims Technologies Inc.
    FMC Professionals Inc.
    FMP/Flaman Management Partners Ltd.
    Foursight Consulting Group Inc.
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    GENIVAR Inc.
    HDP Group Inc.
    Helm's Deep Consulting Corp.
    I4C Information Technology Consulting Inc.
    Ian Martin Limited
    IBISKA Telecom Inc.
    IBM Canada Ltd.
    iFathom Corporation
    Information Management and Technology Consultants Inc.
    Innovatus Consulting Corp.
    Interis Consulting Inc.
    IT Services Canada Inc.
    IT/Net - Ottawa Inc.
    Joubert Management Consulting Services - Services de conseils en
    gestion Inc.
    Kelly Sears Consulting Group
    Lansdowne Technologies Inc.
    Le Groupe Conseil Bronson Consulting Group
    Leverage Technology Resources Inc.
    LNW Consulting Inc.
    Lumina IT Inc.
    Lumina IT Inc./C.B.-Z. Inc. in Joint Venture
    Maplesoft Consulting Inc.
    MHPM Project Managers Inc.
    Modis Canada Inc.
    NexProject Solutions Inc.
    Nortak Software Ltd.
    NRNS Incorporated
    OTUS Strategic Financial Business Planning
    Performance Management Network Inc.
    Perram Consulting Inc.
    PGF Consultants Inc.
    Phirelight E-Business Solutions Inc.
    Pleiad Canada Inc.
    PPI Consulting Limited
    Procom Consultants Group Ltd.
    Promaxis Systems Inc.
    QMR Staffing Solutions Incorporated
    Quallium Corporation
    Quantum Management Services Limited
    RainMakers Consulting Services Inc.
    Randstad Interim Incorporated
    Robert Half Canada Inc.
    Robertson & Company Ltd.
    Roman Klimowicz Consulting
    S.i. Systems Ltd.
    Sinapse interventions stratégiques inc.
    SoftSim Technologies Inc.
    Somos Consulting Group Ltd.
    Spearhead Management Canada Ltd.
    Strategic Relationships Solutions Inc.
    Systematix IT Solutions Inc./Systematix Technologies de
    L'Information Inc./Les Services Conseils Systematix Inc. in
    Joint Venture.
    Systemscope Inc.
    Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., in Joint Venture
    The Alder Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Corporate Research Group Ltd.
    The Devon Group Ltd.
    The Halifax Group Inc.
    TPG Technology Consulting Ltd.
    Transpolar Technology Corporation and The Halifax Computer
    Consulting Group in Joint Venture
    TRM Technologies Inc.
    Valcom Consulting Group Inc.
    Veritaaq Technology House Inc.
    
    
    Request For Proposal (RFP) documents will be e-mailed directly
    from the Contracting Authority to the Qualified Supply
    Arrangement Holders who are invited to bid on this requirement.
    BIDDERS ARE ADVISED THAT MERX IS NOT RESPONSIBLE FOR THE
    DISTRIBUTION OF SOLICITATION DOCUMENTS. 
    
    Location of work to be performed:
    
    
    
    Security Requirement:
    SRCL: 4
    Supplier Security Level: FSC - Secret
    Document Safeguarding: None
    
    The Contractor must, at all times during the performance of the
    Contract, hold a valid Facility Security Clearance at the level
    of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    The Contractor's personnel requiring access to
    PROTECTED/CLASSIFIED information, assets or sensitive work
    site(s) must EACH hold a valid RELIABILITY STATUS, CONFIDENTIAL
    or SECRET clearance, as required, granted or approved by
    CISD/PWGSC.
    
    The Contractor MUST NOT remove any PROTECTED/CLASSIFIED
    information from the identified work site(s), and the Contractor
    must ensure that its personnel are made aware of and comply with
    this restriction. 
    
    Subcontracts which contain security requirements are NOT to be
    awarded without the prior written permission of CISD/PWGSC.
    
    The Contractor must comply with the provisions of:
    
    The Security Requirements Check List and security guide (if
    applicable), attached at Annex "C"; 
    The Industrial Security Manual (Latest Edition).
    
    NB: The resource must hold Secret clearance.
    
    Inquiries regarding this RFP requirement are to be submitted to
    the Contracting Authority listed below:
    
    File Number: EH900-122869/A
    Contracting Authority: Melissa Gail Cabigon
    Phone Number: 819-956-5814
    Fax Number: 819-956-2675
    Email: melissagail.cabigon@tpsgc-pwgsc.gc.ca 
    
    RPB/PWGSC is seeking to establish a contract for one (1) initial
    contract period plus one (1) one year option period.
    Specifically, PWGSC is looking to retain the services of one (1)
    successful bidder to provide real property project management
    services from the Task and Solutions Professional Services
    Project Management Services Class. 
    
    Documents may be submitted in either official language of Canada.
    
    NOTE: Task-Based Professional Services (TSPS) Method of Supply
    is refreshed on an annual basis. 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)
    • Agreement on Internal Trade (AIT)
    • 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
    Cabigon, Mélissa G.
    Phone
    (819) 956-5814 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    000
    English
    11
    000
    French
    5

    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
    National Capital Region (NCR)

    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: