Project Management Services

Solicitation number W847A-130123/A

Publication date

Closing date and time 2013/04/30 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: Lowest/Lower Bid
    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
    PROFESSIONAL SERVICES - (TSPS) REQUIREMENT
    (File No. W847A-130123)
    TIER 2 (> $2M)
    
    This requirement is for the Department of National Defence (DND)
    
    This requirement is for Project Management Services
    Class for the services of:
    
    Junior Project Administrators
    Senior Project Managers 
    Senior Project Planners 
    Senior Quality Assurance/Management Specialists 
    Senior Procurement Specialists 
    Intermediate Financial Specialists
    
    One Contract to be awarded.
    
    This requirement is open only to the following companies who
    qualified under the stated
    consultant categories, level of expertise, security level,
    region and tier:
    
    168446 Canada Inc.
    175213 Canada Inc.
    Net Solutions
    ADGA Group Consultants Inc.
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. / Randstad Interim Inc.
    Altis Human Resources (Ottawa) Inc.
    Amtek Engineering services Ltd.
    Auguste Solutions and Associates Inc.
    BDA Real Estate Development Services Inc.
    BP & M Government IM & IT Consulting Inc.
    Calian Ltd.
    CBRE Limited
    Conseillers en Informatique d'Affaires CIA Inc
    Contract Community Inc.
    CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
    Coradix technology Consulting Ltd.
    Dalian Enterprises and Coradix Technology Consulting, in Joint
    Venture
    Dare Human Resources Corporation
    Emerion
    Excel Human Resources Inc.
    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 Services Canada Inc.
    IT/Net - Ottawa Inc.
    Lansdowne Technologies Inc.
    Lumina IT inc.
    Maplesoft Consulting Inc.
    MGIS Inc.
    MHPM Project Managers Inc.
    MHPM Project Managers Inc., Tiree Facility Solutions Inc. in
    Joint Venture
    Michael Wager Consulting Inc.
    Modis Canada Inc
    NRNS Incorporated
    Orbis Risk Consulting Inc.
    Phirelight E-Business Solutions Inc.
    PPI Consulting Limited
    Procom Consultants Group Ltd and StoneShare Services Inc, in
    Joint Venture
    Proex Inc.
    Promaxis Systems Inc
    ProVision IT Resources Ltd.
    Quallium Corporation
    Randstad Interim Incorporated
    S.i. Systems Ltd.
    Sierra Systems Group Inc.
    Sinapse interventions stratégiques inc.
    Somos Consulting Group Ltd.
    Strategic Relationships Solutions Inc.
    Systematix IT Solutions Inc./Systematix Technologies de
    L'Information Inc./Les Services Conseils Systematix Inc. in
    Joint Venture.
    TDV Global inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Corporate Research Group Ltd.
    The Halifax Group Inc.
    Tiree Facility Solutions Inc.
    Transpolar Technology Corporation and The Halifax Computer
    Consulting Group In Joint Venture
    TRM Technologies Inc.
    Turtle Technologies Inc.
    Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In
    Joint Venture
    Valcom Consulting group Inc.
    Veritaaq Technology House Inc.
    Yoush Inc.
    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
    RFP DOCUMENTS. 
    
    Location of work to be performed: National Capital Region
    Security Requirement:
    Supplier Security Clearance required: FSC - Secret
    Security Level required (Document Safeguarding): None
    
    Inquiries regarding this RFP requirement are to be submitted to
    the Contracting Authority listed
    below:
    
    Contracting Authority: Michele McCutcheon
    Email: michele.mccutcheon@tpsgc-pwgsc.gc.ca
    
    DND requires the services of one Contractor to provide project
    management support services. This requirement will be from date
    of award to March 31, 2015, with an irrevocable option to extend
    the contract by three one-year option periods.
    
    Documents may be submitted in either official language of Canada.
    
    The Task and Solutions Based Professional Services (TSPS) Method
    of Supply is a result of a
    formal competitive process which was established as a result of
    extensive consultations with
    industry. The Method of Supply provides suppliers with an
    on-going opportunity to become pre-qualified for participation
    in future bidding opportunities. To obtain more information
    about how to become a pre-qualified supplier for TSPS, please
    review the Request for Supply Arrangement
    (RFSA) permanent posting that is currently available on the
    Government Electronic Tendering
    System (www.merx.com) which is accessible by referencing the
    following Solicitation
    Number(s): E60ZN-090003/C.
    
    For general information on the various PWGSC Methods of Supply,
    or to obtain specific
    information on a PWGSC professional service method of supply,
    please visit PWGSC's Buy and
    Sell website at:
    https://buyandsell.gc.ca/for-businesses/register-as-a-supplier/re
    gister-formethods-of-supply#10
    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    McCutcheon, Michele
    Phone
    (819) 956-1100 ( )
    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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)