Project Planner
Solicitation number EH900-183155/B
Publication date
Closing date and time 2018/11/02 14:00 EDT
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: This requirement is for: PUBLIC WORKS AND GOVERNMENT SERVICES CANADA This bid solicitation cancels and supersedes previous bid solicitation number EH900-183155/A dated June 5, 2018 with a closing of July 3, 2018 at 2:00PM (EDT). This procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB. This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSPS/D who qualified under Tier 2 for the following category: TSPS Stream and Category Level 3.4 Project Planner Senior 3.4 Project Planner Intermediate 3.4 Project Planner Junior The following SA Holders have been invited to submit a proposal. 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 Auguste Solutions and Associates Inc. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture Donna Cona Inc. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE Maverin Business Services Inc. Mishkumi Technologies Inc. NATTIQ INC. Nisha Technologies Inc. Orbis Risk Consulting Inc. Symbiotic Group Inc. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture Turtle Technologies Inc. Description of the Requirement: This bid solicitation is being issued to satisfy the requirement of Public Works and Government Services Canada (PWGSC) for the provision of Task and Solutions Professional Services. The Contractor must provide the required Project Planner Resources on an as and when required basis to provide project planning, scheduling, monitoring, control, and reporting services for the West Memorial Building rehabilitation Project in the National Capital Region (NCR) initiated through Task Authorizations. It is intended to result in the award of one contract totalling 6 years which includes four one-year optional periods. Security Requirement: 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), attached at Annex C; b. Industrial Security Manual (Latest Edition). Applicable Trade Agreements: This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, refer to Annex 9.4 of the Supply Manual. This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement. File Number: EH900-183155/B Contracting Authority: Amélie Hamann Phone Number: 613-859-0582 E-Mail: Amelie.hamann@pwgsc.gc.ca NOTE: 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
-
No trade agreements are applicable to this solicitation process
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
- Hamann, Amélie
- Phone
- (613) 859-0582 ( )
- Email
- amelie.hamann@tpsgc-pwgsc.gc.ca
- Address
-
Terrasses de la Chaudière 5th Floor
10 Wellington StreetGatineau, 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.PW__ZQ.B019.E33966.EBSU001.PDF | 001 |
English
|
7 | |
ABES.PROD.PW__ZQ.B019.F33966.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW__ZQ.B019.E33966.EBSU000.PDF | 000 |
English
|
50 | |
ABES.PROD.PW__ZQ.B019.F33966.EBSU000.PDF | 000 |
French
|
9 |
Access the Getting started page for details on how to bid, and more.