RP1 & RP2 Stabilization
Solicitation number EP008-172955/A
Publication date
Closing date and time 2017/07/18 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: TASK AND SOLUTIONS PROFESSIONAL SERVICES - (TSPS) TASK BASED REQUIREMENT (File No. EP008-172955 Requirement greater than $2 million) THIS REQUIREMENT IS FOR PUBLIC WORKS AND GOVERNMENT SERVICES CANADA This requirement is for TSPS category 3. Project Management Services Stream and is open to those Supply Arrangement Holders under E60ZT-16TSPS/B who are qualified under Tier 2 for the following categories, security level, region and tier: Number of Resources Consultant Category Level of Expertise 1 3.2 Project Manager Intermediate 1 3.3 Project Leader/Executive Senior 1 3.5 Quality Assurance/Management Specialist Senior 1 3.6 Risk Management Specialist Senior 1 3.8 Financial Specialist Senior All qualified SA Holders below have been invited to submit a proposal: 7792395 Canada Inc. A. Net Solutions Inc. Accenture Inc. ADGA Group Consultants Inc. ADRM Technology Consulting Group Corp. ADRM Technology Consulting Group Corp. and Randstad Interim Inc Altis Human Resources (Ottawa) Inc. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture BDO Canada LLP Belham PDS Inc. Beyond Technologies Consulting Inc. BMT Fleet Technology Limited Breckenhill Inc. BurntEdge Incorporated Cache Computer Consulting Corp. Calian Ltd. CBRE Limited CGI Information Systems and Management Consultants Inc. Colliers Project Leaders Inc. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture Confluence Consulting Inc. Contract Community Inc. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE Coradix technology Consulting Ltd. CORE Software Corp CPCS Transcom Limited Dalian Enterprises and Coradix Technology Consulting, in Joint Venture Dare Human Resources Corporation DPRA Canada Incorporated Eagle Professional Resources Inc. Econ Inc. Emerion Ernst & Young LLP Excel Human Resources Inc. Foursight Consulting Group Inc. GEF Consulting Inc. Groupe Alithya Inc / Alithya Group Inc Harrington Marketing Limited HDP Group Inc I4C INFORMATION TECHNOLOGY CONSULTING INC IAN MARTIN LIMITED IBISKA Telecom Inc. IBM Canada Ltd. Information Management and Technology Consultants Inc. Interis Consulting Inc. IT/Net - Ottawa Inc. Kelly Sears Consulting Group KPMG LLP Lannick Contract Solutions Inc. Lansdowne Technologies Inc. Leo-Pisces Services Group Inc. LNW Consulting Inc Lumina IT inc. Lumina IT inc./C.B.-Z. Inc. (Joint Venture) Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE Manpower Services Canada Ltd. Maplesoft Consulting Inc. MaxSys Staffing & Consulting Inc. Messa Computing Inc. MGIS Inc. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE Michael Wager Consulting Inc. Mindwire Systems Ltd. Mishkumi Technologies Inc. Modis Canada Inc N12 Consulting Corporation NATTIQ INC. Olav Consulting Corp OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE Orbis Risk Consulting Inc. Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE Otus Strategic Financial Business Planning Group Phirelight Security Solutions Inc. Pleiad Canada Inc. Portage Personnel Inc. Pricewaterhouse Coopers LLP Procom Consultants Group Ltd. Proex Inc. Promaxis Systems Inc Protak Consulting Group Inc. ProVision IT Resources Ltd. QMR Staffing Solutions Incorporated Quallium Corporation R3D Conseil Inc. / R3D Consulting Inc. Randstad Interim Incorporated Raymond Chabot Grant Thornton Consulting Inc. Robertson & Company Ltd. S.i. Systems Ltd. Samson & Associés CPA/Consultation Inc Sierra Systems Group Inc. Solutions Moerae Inc Somos Consulting Group Ltd. SpaceWerx Corporation Stantec Consulting 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. TDV Global inc. The Halifax Group Inc. The VCAN Group Inc. Tiree Facility Solutions Inc. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture TRM Technologies Inc. Tundra Technical Solutions Inc Turtle Technologies Inc. Veritaaq Technology House Inc. WSP Canada Inc. Yoush Inc. Zernam Enterprise Inc ZW Project Management 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 Buyandsell.gc.ca/tenders IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. Location of work to be performed: The majority of the work associated with the contract will be performed in the National Capital Region (NCR). Security Requirement: Security Requirement for Canadian Supplier: PWGSC File #Common-PS SRCL#6 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. 3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror 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/Offeror 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). NOTE: The security requirements (SRCL and related clauses) will be further specified under each Task Authorization. Public Works and Government Services Canada (PWGSC) requires the services of a team of real property services management project specialists. The team will provide requirements definition expertise and assist in the refinement of technical requirements in existing contracts and capabilities to support the refinement and stabilization of current contracts with both PWGSC and the Private Sector Contractor(s). This bid solicitation is being issued to satisfy the requirement of PWGSC for Task Based Professional Services. It is intended to result in the award of one (1) Task Authorization contract for professional services on an as and when required basis from date of contract to one (1) year later, with four (4) option periods of six (6) months. 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. Inquiries regarding this RFP requirement are to be submitted in writing to the contracting officer listed below: File Number: EP008-172955/A Contracting Officer: Stephanie Riley Phone Number: (873) 469-4460 Email: Stephanie.Riley@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
-
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
- Riley, Stephanie
- Phone
- (873) 469-4460 ( )
- Email
- stephanie.riley@tpsgc-pwgsc.gc.ca
- Fax
- (819) 997-2229
- Address
-
11 Laurier St. / 11, rue Laurier
11C1, 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.PW__ZQ.B012.E31595.EBSU005.PDF | 005 |
English
|
5 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU005.PDF | 005 |
French
|
0 | |
ABES.PROD.PW__ZQ.B012.E31595.EBSU004.PDF | 004 |
English
|
4 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.PW__ZQ.B012.E31595.EBSU003.PDF | 003 |
English
|
6 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU003.PDF | 003 |
French
|
1 | |
ABES.PROD.PW__ZQ.B012.E31595.EBSU002.PDF | 002 |
English
|
10 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW__ZQ.B012.E31595.EBSU001.PDF | 001 |
English
|
16 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW__ZQ.B012.E31595.EBSU000.PDF | 000 |
English
|
49 | |
ABES.PROD.PW__ZQ.B012.F31595.EBSU000.PDF | 000 |
French
|
5 |
Access the Getting started page for details on how to bid, and more.