Technical Writers

Solicitation number W7714-176394/A

Publication date

Closing date and time 2018/01/18 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    TASK AND SOLUTIONS PROFESSIONAL SERVICES   -   (TSPS)
    TASK BASED REQUIREMENT
     (File No. W7714-176394 Requirement greater than $2 million)
    
    THIS REQUIREMENT IS FOR THE DEPARTMENT OF NATIONAL DEFENCE
    
    
    
    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
      4   3.10 Technical Writer    Intermediate 
     1   3.10 Technical Writer    Senior
    
    
    All qualified SA Holders below have been invited to submit a proposal:  
    
    1019837 Ontario Inc. 
    4165047 Canada Inc. 
    529040 ONTARIO INC and 880382 ONTARIO INC 
    7792395 Canada Inc. 
    A Hundred Answers Inc. 
    A. Net Solutions Inc. 
    Accenture Inc. 
    ACF Associates Inc. 
    ADGA Group Consultants Inc. 
    Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 
    ADRM Technology Consulting Group Corp. 
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    AEROTEK ULC 
    Alcea Technologies Inc. 
    Altis Human Resources (Ottawa) Inc. 
    Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 
    AMITA Corporation 
    BDO Canada LLP 
    Belham PDS Inc. 
    Beyond Technologies Consulting Inc. 
    BMT Fleet Technology Limited 
    Boeing Canada Operations Ltd. 
    BP & M Government IM & IT Consulting Inc. 
    BurntEdge Incorporated 
    Cache Computer Consulting Corp. 
    Calian Ltd. 
    Canadian Development Consultants International Inc. 
    CBRE Limited 
    CGI Information Systems and Management Consultants Inc. 
    CloseReach Ltd. 
    Colliers Project Leaders Inc. 
    Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 
    Confluence Consulting Inc. 
    Conoscenti Technologies Inc. 
    Contract Community Inc. 
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 
    Coradix technology Consulting Ltd. 
    CORE Software Corp 
    CPCS Transcom Limited 
    CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture 
    Dare Human Resources Corporation 
    Deloitte Inc. 
    DLS Technology Corporation 
    Donna Cona Inc. 
    DPRA Canada Incorporated 
    Eagle Professional Resources Inc. 
    Emerion 
    Ernst & Young LLP 
    eVision Inc., SoftSim Technologies Inc. in Joint Venture 
    Excel Human Resources Inc. 
    Facilité Informatique Canada Inc. 
    Fifalde Consulting Inc. 
    Foursight Consulting Group Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 
    Gevity Consulting Inc. / Gevity Conseil Inc. 
    Groupe Alithya Inc / Alithya Group Inc 
    Halo Management Consulting Inc. 
    Harrington Marketing Limited 
    HDP Group Inc 
    I4C INFORMATION TECHNOLOGY CONSULTING INC 
    IAN MARTIN LIMITED 
    IBISKA Telecom Inc. 
    IBM Canada Ltd. 
    iFathom Corporation 
    Information Management and Technology Consultants Inc. 
    International Safety Research Inc. 
    IT/Net - Ottawa Inc. 
    Juno Risk Solutions Incorporated 
    Kelly Sears Consulting Group 
    KPMG LLP 
    L-3 Communications MAS Canada Inc. 
    Lannick Contract Solutions Inc. 
    Lansdowne Technologies Inc. 
    Le Groupe Conseil Bronson Consulting Group 
    Leo-Pisces Services Group Inc. 
    Lightning Tree Consulting 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. 
    Newfound Recruiting Corporation 
    Nisha Technologies Inc. 
    Niva Inc.
    Nortak Software Ltd. 
    Olav Consulting Corp 
    Orbis Risk Consulting Inc. 
    Otus Strategic Financial Business Planning Group 
    Phirelight Security Solutions Inc. 
    Platinum Technologies Inc. 
    Pleiad Canada Inc. 
    Portage Personnel Inc. 
    Posterity Group Consulting Inc, 
    Pricewaterhouse Coopers LLP 
    Primex Project Management Limited 
    Procom Consultants Group Ltd. 
    Proex Inc. 
    Promaxis Systems Inc 
    Protak Consulting Group Inc. 
    ProVision IT Resources Ltd. 
    QMR Staffing Solutions Incorporated 
    Quallium Corporation 
    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. 
    SoftSim Technologies Inc. 
    Solutions Moerae Inc 
    Somos Consulting Group Ltd. 
    Stantec Consulting Ltd. 
    Strategic Relationships Solutions Inc. 
    Stratégia conseil inc 
    Sundiata Warren Group Inc. 
    Symbiotic Group Inc. 
    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture. 
    Systemscope Inc. 
    TAG HR The Associates Group Inc. 
    TDV Global inc. 
    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC. 
    The AIM Group Inc. 
    The Halifax Group Inc. 
    The Right Door Consulting & Solutions Incorporated 
    The VCAN Group Inc. 
    Tiree Facility Solutions Inc. 
    TPG Technology Consulting Ltd. 
    Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture 
    TRM Technologies Inc. 
    Tundra Technical Solutions Inc 
    Turtle Technologies Inc. 
    Valcom Consulting group 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#20
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, 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. This contract includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program of PWGSC.
    3. The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET as required, 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). 
    
    Defence Research and Development Canada (DRDC) requires the services of five (5) Technical Writers.  
    The Technical Writers (Work Package 1) will provide support to the Editorial Office by editing, formatting, publishing documents, producing reports, analysis and evaluation of trends.   
    The Technical Writers (Work Package 2) will provide support in processing and publishing DRDC Science & Technology (S&T) publications backlog.  
    
    It is intended to result in the award of up to two (2) contracts for professional services for the Work Package(s) described in the solicitation.  The contract duration are as follows: Work Package 1 is for 3 years with 2 one-year option periods.  Work Package 2 is for 1 year with 1 one-year option period.  
    
    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: W7714-176394
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Riley, Stephanie
    Phone
    (873) 469-4460 ( )
    Email
    stephanie.riley@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, 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
    003
    English
    13
    000
    English
    74
    002
    English
    17
    001
    English
    24

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price