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 PortageGatineau, Quebec, K1A 0S5Canada
- 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 IIIGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.E32037.EBSU003.PDF | 003 |
English
|
13 | |
ABES.PROD.PW__ZQ.B012.E32037.EBSU000.PDF | 000 |
English
|
74 | |
ABES.PROD.PW__ZQ.B012.E32037.EBSU002.PDF | 002 |
English
|
17 | |
ABES.PROD.PW__ZQ.B012.E32037.EBSU001.PDF | 001 |
English
|
24 |
Access the Getting started page for details on how to bid, and more.