OWSM SUPPORT SVCS

Solicitation number W8485-138481/A

Publication date

Closing date and time 2012/11/20 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada-Peru FTA/Canada-Colombia
    FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TASK BASED PROFESSIONAL SERVICES  -  (TSPS) REQUIREMENT
     ((File No. W8485-138481/A TIER 2 ( >$2M))
    
    This requirement is for the Department of National Defence
    
    This requirement is for the Human Resources class, Business
    Consulting/Change Management services class and Project
    Management Services Class: 
    
    Number of Resources		Consultant Category			Level of Experience
    1		Organizational Design and Classification Consultant
    (1.2)	LEVEL 1 
    1		Staffing Consultant (1.8)					LEVEL 2
    1		Organization Development  Consultant (2.4)			LEVEL 2
    2		Business Process Consultant (2.5)				LEVEL 2
    1		Change Management Consultant (2.6)			LEVEL 2
    1		Project Leader Executive (3.3)				LEVEL 3
    1		Financial Specialist (3.8)					LEVEL 2
    
    Up to two Contracts to be awarded:
    
    One (1) contract for Human Resources class (Work Package 1); and
    One (1) contract combining Business Consulting/Change Management
    services class and Project Management Services Class (Work
    Package 2).
    
    
    This requirement is open only to the following companies who
    qualified under the stated consultant categories, security
    level, region and tier:
    
    1.	1019837 Ontario Inc.
    2.	168446 Canada Inc.
    3.	175213 Canada Inc.
    4.	3755479 Canada Inc.
    5.	529040 ONTARIO INC and 880382 ONTARIO INC
    6.	A. Net Solutions
    7.	Accenture Inc.
    8.	Access Corporate Technologies Inc.
    9.	ACF Associates Inc.
    10.	ADGA Group Consultants Inc.
    11.	ADRM Technology Consulting Group Corp.
    12.	ADRM Technology Consulting Group Corp. / Randstad Interim
    Inc.
    13.	Alcea Technologies Inc.
    14.	Altis Human Resources (Ottawa) Inc.
    15.	Altis Human Resources (Ottawa) Inc., Excel Human Resources
    Inc., and Altis Human Resources Inc., in Joint Venture
    16.	AMITA Corporation
    17.	Amtek Engineering services Ltd.
    18.	APS-Antian Professional Services Inc.
    19.	Auguste Solutions and Associates Inc.
    20.	BDA Real Estate Development Services Inc.
    21.	Boeing Canada Operations Ltd.
    22.	BP & M Government IM & IT Consulting Inc.
    23.	BurntEdge Incorporated
    24.	C.B.-Z. Inc
    25.	CAE Professional Services (Canada) Inc
    26.	Calian Ltd.
    27.	Callihoo Consulting Group Inc
    28.	Canadian Development Consultants International Inc.
    29.	CGI Information Systems and Management Consultants Inc.
    30.	CIMA+ S.E.N.C.
    31.	Cistel Technology Inc.
    32.	CompuAids Inc. o/a Enterprise Systems and Solutions Group
    33.	Confluence Consulting Inc.
    34.	Conoscenti Technologies Inc.
    35.	Conseillers en Informatique d'Affaires CIA Inc
    36.	Contract Community Inc.
    37.	CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT
    VENTURE
    38.	Coradix technology Consulting Ltd.
    39.	CPCS Transcom Limited
    40.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    41.	Dare Human Resources Corporation
    42.	Donna Cona Inc.
    43.	DPRA Canada Incorporated
    44.	Eagle Professional Resources Inc.
    45.	Emerion
    46.	Epixus Incorporated
    47.	Évaluation Personnel Sélection International Inc.
    48.	eVison Inc., Softsims Technologies Inc.
    49.	Excel Human Resources Inc.
    50.	Ference Weicker & Company Ltd.
    51.	Foursight Consulting Group Inc.
    52.	Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada)
    Inc.
    53.	GetITExperT Inc. / AcquIerTExperT Inc.
    54.	Hackett Consulting Inc.
    55.	HDP Group Inc
    56.	Helm's Deep Consulting Corp.
    57.	Human Resource Systems Group Ltd.
    58.	I4C INFORMATION TECHNOLOGY CONSULTING INC
    59.	IAN MARTIN LIMITED
    60.	IBISKA Telecom Inc.
    61.	IBM Canada Ltd.
    62.	iFathom Corporation
    63.	Information Management and Technology Consultants Inc.
    64.	Interis Consulting Inc.
    65.	IT Services Canada Inc.
    66.	IT/Net - Ottawa Inc.
    67.	Joubert Management Consulting Services - Services de
    conseils en gestion Inc.
    68.	Kelly Sears Consulting Group
    69.	KPMG LLP
    70.	Lannick Contract Solutions Inc.
    71.	Lansdowne Technologies Inc.
    72.	Le Groupe Conseil Bronson Consulting Group
    73.	Lumina IT inc.
    74.	Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
    75.	Manpower Services Canada Ltd.
    76.	Maplesoft Consulting Inc.
    77.	MGIS Inc, B.D.M.K. Consultants Inc.
    78.	MGIS Inc.
    79.	MHPM Project Managers Inc.
    80.	MHPM Project Managers Inc., Tiree Facility Solutions Inc. in
    Joint Venture
    81.	Michael Wager Consulting Inc.
    82.	Modis Canada Inc
    83.	Nortak Software Ltd.
    84.	NRNS Incorporated
    85.	Orbis Risk Consulting Inc.
    86.	OTUS Strategic Financial Business Planning
    87.	Performance Management Network Inc.
    88.	Phirelight E-Business Solutions Inc.
    89.	Pleiad Canada Inc.
    90.	PPI Consulting Limited
    91.	Pricewaterhouse Coopers LLP
    92.	Procom Consultants Group Ltd and InfoPeople inc. in Joint
    Venture
    93.	Proex Inc.
    94.	Promaxis Systems Inc
    95.	QMR Staffing Solutions Incorporated
    96.	Quallium Corporation
    97.	RainMakers Consulting Services Inc
    98.	Randstad Interim Incorporated
    99.	Raymond Chabot Grant Thornton Consulting Inc.
    100.	Robert Half Canada Inc.
    101.	S.i. Systems Ltd.
    102.	Sierra Systems Group Inc.
    103.	Sinapse interventions stratégiques inc.
    104.	SoftSim Technologies Inc.
    105.	Somos Consulting Group Ltd.
    106.	Strategic Relationships Solutions Inc.
    107.	Systematix IT Solutions Inc./Systematix Technologies de
    L'Information Inc./Les Services Conseils Systematix Inc. in
    Joint Venture.
    108.	Systemscope Inc.
    109.	Systemscope Inc., LNW Consulting Inc., Perfortics
    Consulting Inc., VK Computer Systems Inc., Lansdowne Technology
    Services Inc., IN JOINT VENTURE
    110.	TAG HR The Associates Group Inc.
    111.	TDV Global inc.
    112.	TeraMach Technologies Inc.
    113.	The AIM Group Inc.
    114.	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone Bell du Canada ou Bell Canada
    115.	The Corporate Research Group Ltd.
    116.	The Devon Group Ltd.
    117.	The Halifax Group Inc.
    118.	Tiree Facility Solutions Inc.
    119.	Transpolar Technology Corporation and The Halifax Computer
    Consulting Group In Joint Venture
    120.	TRM Technologies Inc.
    121.	Turtle Technologies Inc.
    122.	Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In
    Joint Venture
    123.	Valcom Consulting group Inc.
    124.	Veritaaq Technology House Inc.
    125.	Yoush Inc.
    126.	Zylog Systems (Ottawa) Ltd.
    
    
    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
    
    Resources may be required to travel outside the National Capital
    Region
    
    Security Requirement:
    SRCL:
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  
    PWGSC FILE No. W8485-138481 Revision1
    
    1. 	The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Facility Security Clearance at the level of SECRET, issued by
    the Cana-dian Industrial Security Directorate (CISD), Public
    Works and Government Services Can-ada (PWGSC).
    
    2. 		This contract includes access to controlled goods. Prior to
    access, the contractor must be registered in the Controlled
    Goods Program of Public Works and Government Services Canada.
    
    	In order to gain access to Controlled Goods, the contractor
    personnel, who DND would deem to be embedded contractors,
    pursuant to the 2007 Exchange of Letters between DND and the
    U.S. Department of State, must EACH be citizens of Canada and
    hold a valid SECRET clearance, granted or approved by CISD/PWGSC.
    
    3. 	The Contractor/Offeror personnel requiring access to
    PROTECTED/CLASSIFIED infor-mation, assets or sensitive work
    site(s) must EACH hold a valid personnel security screen-ing at
    the level of SECRET, granted or approved by CISD/PWGSC.
    
    4. 	The Contractor/Offeror MUST NOT remove any
    PROTECTED/CLASSIFIED information from the identified work
    site(s), and the Contractor/Offeror must ensure that its
    personnel are made aware of and comply with this restriction. 
    
    5. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    6. 	The Contractor/Offeror must comply with the provisions of
    the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at 			Annex ____
    	(b) 	Industrial Security Manual (Latest Edition).
    
    Inquiries regarding this RFP requirement are to be submitted to
    the contracting officer listed below:
    
    File Number:  W8485-138481/A
    Contracting Officer: Alain St-Amour  
    Phone Number: 819-956-1675
    Fax Number: 819-997-2229
    Email: alain.st-amour@pwgsc-tpsgc.gc.ca
    
    The Department of National Defense (DND) is seeking professional
    services in the following categories to support the
    implementation of corporate initiatives including the
    implementation of the in-service support business model commonly
    referred to as Optimized Weapon System Management (OWSM) and the
    development and implementation of a performance management
    system for the Directorate of Aerospace Equipment Business
    Management (DAEBM).
    
    DAEBM is seeking to establish up to (2) contracts to provide the
    services on an as-and-when-requested basis.
    
    These services will be required from date of contract award to
    November 30, 2015 with two (2) option periods of twelve (12)
    months and one (1) optional transition period of one (1) month
    for DND. 
    
    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)
    • 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
    St-Amour, Alain
    Phone
    (819) 956-1675 ( )
    Fax
    (819) 997-2227
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage III
    Gatineau, Quebec, 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
    000
    English
    7
    000
    French
    4

    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: