PROJECT MGMT SERVICES
Solicitation number EP008-122060/B
Publication date
Closing date and time 2012/03/12 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 PROPSED PROCUREMENT TASK BASED E60ZN-09002 PROFESSIONAL SERVICES - (TSPS) REQUIREMENT ((File No.EP008122060 TIER 2 (> $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 3 1 resource Project Manager 2 1 resource Project Leader/Executive 3 1 resource Financial Specialist 3 1 resource Quality Assurance/Management Specialist 3 One Contract to be awarded. This requirement is open only to the following companies who qualified under the stated consultant categories, security level, region and tier: 1. 168446 Canada Inc. 2. 3755479 Canada Inc. 3. A.Net Solutions 4. ADGA Group Consultants Inc. 5. ADRM Technology Consulting Group Corp. 6. ALTRUISTIC INFORMATICS CONSULTING Altruistic Informatics ConsultingINC. 7. Amtek Engineering services Ltd. 8. BurntEdge Incorporated 9. Calian Ltd. 10. Callihoo Consulting Group Inc 11. Confluence Consulting Inc. 12. Conseillers en Informatique d'Affaires CIA Inc 13. Contract Community Inc. 14. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 15. Coradix technology Consulting Ltd. 16. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 17. Dare Human Resources Corporation 18. Epixus Incorporated 19. Foursight Consulting Group Inc. 20. GENIVAR Inc. 21. HDP Group Inc 22. I4C INFORMATION TECHNOLOGY CONSULTING INC 23. IAN MARTIN LIMITED 24. IBISKA Telecom Inc. 25. IBM Canada Ltd. 26. Information Management and Technology Consultants Inc. 27. Interis Consulting Inc. 28. IT Services Canada Inc. 29. IT/Net - Ottawa Inc. 30. Kelly Sears Consulting Group 31. Lansdowne Technologies Inc. 32. LNW Consulting Inc 33. Lumina IT inc. 34. Lumina IT inc./C.B.-Z. Inc. (Joint Venture) 35. Maplesoft Consulting Inc. 36. MHPM Project Managers Inc. 37. Modis Canada Inc 38. NRNS Incorporated 39. Phirelight E-Business Solutions Inc. 40. Pleiad Canada Inc. 41. PPI Consulting Limited 42. Procom Consultants Group Ltd 43. Quallium Corporation 44. RainMakers Consulting Services Inc 45. S.i. Systems Ltd. 46. Sinapse interventions stratégiques inc. 47. Somos Consulting Group Ltd. 48. Spearhead Management Canada Ltd. 49. Systemscope Inc. 50. Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE 51. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada 52. The Corporate Research Group Ltd. 53. The Halifax Group Inc. 54. TPG Technology Consulting Ltd. 55. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture 56. TRM Technologies Inc. 57. Veritaaq Technology House Inc. Request For Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being 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: National Capital Region Security Requirement: SRCL: E60ZN-090002-SAA-E4 1. 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). 2. The Contractor 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. 3. 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. 4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 5. The Contractor must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex C; (b) Industrial Security Manual (Latest Edition). All the resources must have Secret clearance. Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below: File Number: EP008-122060/A Contracting Officer: Nadine Clement Phone Number: 819-956-1376 Fax Number: 819-956-2675 Email: nadine.clement@pwgsc-tpsgc.gc.ca Real Property Branch (RPB) of Public Works and Government Services Canada (PWGSC) is seeking to establish a contract for a single task authorization-based contract on an "as and when requested" basis, as defined in Annex "A", Statement of Work, for one (1) initial contract period plus four (4) one year option periods for the Real Property Branch (RPB) of Public Works and Government Services Canada (PWGSC). Specifically, PWGSC is looking to retain the services of one (1) successful bidder to provide the required professional services to RPB. The Alternate Forms of Delivery Sector (AFDS) of the Real Property Branch (RPB) requires the services of a team of real property services management and service administration project specialists 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)
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
- Clément, Nadine
- Phone
- (819) 956-1376 ( )
- Fax
- (819) 956-2675
- Address
-
11 Laurier St. / 11, rue Laurier
10C1, Place du Portage IIIGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__ZQ.B004.F23863.EBSU000.PDF | 000 |
French
|
3 | |
ABES.PROD.BK__ZQ.B004.E23863.EBSU000.PDF | 000 |
English
|
9 |
Access the Getting started page for details on how to bid, and more.