Knowledge, Information and Records Management Services
Solicitation number W7714-196992/A
Publication date
Closing date and time 2019/06/06 14:00 EDT
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / 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: This requirement’s tendering approach is selective and involves the use of the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) E60ZT-16TSPS Tier 2 (= >$2M) pre-qualified supplier's list. Canada only accepts proposals from suppliers that are qualified on ALL the categories & levels below. Category Level 2.9 Statistical Analyst Intermediate / Senior 2.10 Knowledge Management Consultant Senior 2.11 Information/Records Management/Recordkeeping Specialist Junior / Intermediate / Senior 2.13 Performance Measurement Consultant Senior The following SA Holders have been invited to submit a proposal: 1. 1019837 Ontario Inc. 2. A Hundred Answers Inc. 3. ACF Associates Inc. 4. ADGA Group Consultants Inc. 5. ALITHYA CANADA INC 6. Altis Human Resources (Ottawa) Inc. 7. Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture 8. ARTEMP PERSONNEL SERVICES INC 9. Beyond Technologies Consulting Inc. 10. BMT CANADA LTD. 11. Boeing Canada Operations Ltd. 12. Calian Ltd. 13. CGI Information Systems and Management Consultants Inc. 14. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture 15. Contract Community Inc. 16. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE 17. Dare Human Resources Corporation 18. Emerion 19. Ernst & Young LLP 20. Excel Human Resources Inc. 21. KPMG LLP 22. Lannick Contract Solutions Inc. 23. Lansdowne Technologies Inc. 24. Le Groupe Conseil Bronson Consulting Group 25. Leo-Pisces Services Group Inc. 26. Maplesoft Consulting Inc. 27. Maverin Business Services Inc. 28. MGIS Inc. 29. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE 30. Michael Wager Consulting Inc. 31. Mindwire Systems Ltd. 32. Mishkumi Technologies Inc. 33. Modis Canada Inc 34. Olav Consulting Corp 35. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE 36. Orbis Risk Consulting Inc. 37. Pricewaterhouse Coopers LLP 38. Procom Consultants Group Ltd. 39. Protak Consulting Group Inc. 40. QMR Staffing Solutions Incorporated 41. Quallium Corporation 42. Raymond Chabot Grant Thornton Consulting Inc. 43. S.I. SYSTEMS ULC 44. Samson & Associés CPA/Consultation Inc 45. Sierra Systems Group Inc. 46. Somos Consulting Group Ltd. 47. Systemscope Inc. 48. T.E.S. Contract Services INC. 49. TDV Global inc. 50. Technomics, Incorporated 51. The Right Door Consulting & Solutions Incorporated 52. Tiree Facility Solutions Inc. 53. TPG Technology Consulting Ltd. 54. TRM Technologies Inc. 55. Valcom Consulting group Inc. 56. Zernam Enterprise Inc The Department of Public Works and Government Services Canada (PWGSC) requires, on behalf of the Department of National Defence (DND) Knowledge, Information and Records Management Services on an "as and when requested" basis for a period of 5 years and 1 additional option year. Up to 2 contracts will be awarded. Only the contractors will be selected following the solicitation. The resources will be proposed and assessed when the Work is assigned. The Work will be assigned on a right of first refusal basis. Conditions for participating: SA Holders’ Designated Organization Screening (DOS)/Facility Security Clearance (FSC): _X_DOS - Reliability _X_FSC - Confidential _X_FSC - Secret ___FSC - Top Secret ___FSC - NATO Confidential ___FSC - NATO Secret ___FSC - Cosmic - Top Secret Special comments: This requirement includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program (CGP) of PWGSC Proposed period of contract: The proposed period of contract shall be from Contract Award to 5 years later. The proposed option period shall be from Contract Expiry to 1 year later. Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. 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)
-
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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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
- Aubert, Olivier
- Phone
- (613) 858-8062 ( )
- Email
- olivier.aubert@tpsgc-pwgsc.gc.ca
- Address
-
Terrasses de la Chaudière 5th Floor
10 Wellington StreetGatineau, 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.B018.E35677.EBSU000.PDF | 000 | EN | 46 | |
ABES.PROD.PW__ZQ.B018.F35677.EBSU000.PDF | 000 | FR | 3 |
Access the Getting started page for details on how to bid, and more.