Project manager for Real Property
Solicitation number EJ192-133368/A
Publication date
Closing date and time 2013/06/11 14:00 EDT
Last amendment date
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: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT This requirement is only open to the following pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS) TASK BASED: E60ZN-090002/B PROFESSIONAL SERVICES - TSPS REQUIREMENT File Number - EJ192-133368/A TIER 1 (< $2M) This requirement is for: Real Property Branch (RPB) - Public Works and Government Services Canada (PWGSC). This requirement is for the Class 4 Real Property Management Services Class Number of Resources Consultant Category Level of Experience (1) Project Manager for Real Property (4.2) (1) (1) Project Manager for Real Property (4.2) (2) 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: Action Personnel of Ottawa-Hull Ltd BDA Real Estate Development Services Inc. Bernard Benoit Project Management Inc. Brookfield Johnson Controls Canada LP CBRE Limited CIMA+ S.E.N.C. Cistel Technology Inc. Goss Gilroy Inc. IAN MARTIN LIMITED IBISKA Telecom Inc. INNOVATIVE CONSTRUCTION INC., VERTERRA CORP., IN JOINT VENTURE MHPM Project Managers Inc. MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture Peter J. Kindree Architect QMR Staffing Solutions Incorporated The Corporate Research Group Ltd. Tiree Facility Solutions 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: COMMON-PS SRCL # 19 SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE COMMON-PS-SRCL#19 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. 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. 3. 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. 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). B. Industrial Security Manual (Latest Edition). Inquiries regarding this RFP requirement are to be submitted to the contracting officer listed below: File Number: EJ192-133368/A Contracting Officer: Francine Michon Phone Number: 819-956-1203 Fax Number: 819-997-2229 Email: francine.michon@tpsgc-pwgsc.gc.ca Canada is seeking to establish a contract for the provision of two (2) Project Manager for Real Property for the Real Property Branch (RPB) - Public Works and Government Services Canada (PWGSC). The Contract will be from date of award to June 15, 2014 with up to three (3) irrevocable options of one (1) year each under the same conditions. 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
- Michon, Francine
- Phone
- (819) 956-8472 ( )
- Fax
- (819) 953-3780
- 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.BK__ZQ.B014.F26029.EBSU000.PDF | 000 |
French
|
15 | |
ABES.PROD.BK__ZQ.B014.E26029.EBSU000.PDF | 000 |
English
|
22 |
Access the Getting started page for details on how to bid, and more.