Canada - NPP – W8486-217380/A – TSPS SA – One (1) Intermediate Business Analyst and One (1) Intermediate Technical Writer (W8486-217380/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
15 June 2020
Opportunity publication date
02 June 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Description (English):
NOTICE OF PROPOSED PROCUREMENT
File Number: W8486-217380/A
Tier: 1 (< $3.75M)
This requirement is for the Department of National Defence (DND) for the services of 2.3 Business Consultant, Intermediate under Stream 2: Business Consulting – Change Management Stream and 3.10 Technical Writer, Intermediate under Stream 3 Project Management Service Stream. The intent of this solicitation is to establish up to two (2) Contract(s) for seven (7) months, with the option to extend the term of the Contract by (5) months irrevocable option period under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZN-18TSPS.
Documents may be submitted in either official language of Canada.
RFP documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. Bidders are advised that the RFP documents are not available on the Government Electronic Tendering System (GETS) ( https://buyandsell.gc.ca/tenders ).
The 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 prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS, please contact Public Works and Government Services Canada (PWGSC).
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/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services .
List of Pre-Qualified Suppliers :
This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

1019837 Ontario Inc.
163904 Canada Inc.
2147729 ONTARIO CORPORATION
4165047 Canada Inc.
4Forward Inc.
4Plan Consulting Corp.
7792395 Canada Inc.
8005931 Canada Inc
A Hundred Answers Inc.
Net Solutions Inc.
Accenture Inc.
Access Corporate Technologies Inc.
ACF Associates Inc.
Acosys Consulting Services Inc.
Action Personnel of Ottawa-Hull Ltd
Adecco Employment Services Limited/Services de placement Adecco Limited
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
ALITHYA CANADA INC
Altis Human Resources (Ottawa) Inc.
Altis Human Resources (Ottawa) Inc., Excel Human Resources Inc., and Altis Human Resources Inc., in Joint Venture
ALTRUISTIC INFORMATICS CONSULTING INC.
ARTEMP PERSONNEL SERVICES INC
AZUR HUMAN RESOURCES LIMITED
Baiame Technology and Consulting Limited
BDO Canada LLP
Beyond Technologies Consulting Inc.
BMT CANADA LTD.
BP & M Government IM & IT Consulting Inc.
BurntEdge Incorporated
Cache Computer Consulting Corp.
Calian Ltd.
CBRE Limited
CGI Information Systems and Management Consultants Inc.
Cistel Technology Inc.
CloseReach Ltd.
Cofomo Ottawa
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.
CPCS Transcom Limited
CVL INFORMATION SOLUTIONS INC.
Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
Dare Human Resources Corporation
Deloitte Inc.
DLS Technology Corporation
Donna Cona Inc.
Eagle Professional Resources Inc.
Eclipsys Solutions Inc
Elevated Thinking Inc.
Eperformance Inc.
Ernst & Young LLP
Etico, Inc.
eVision Inc., SoftSim Technologies Inc. in Joint Venture
Excel Human Resources Inc.
Fifalde Consulting Inc.
Foursight Consulting Group Inc.
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
GCSTRATEGIES INCORPORATED
GEF Consulting Inc.
Gelder, Gingras & Associates Inc.
HCM WORKS INC./HCM TRAVAIL INC.
HDP Group Inc
HubSpoke Inc.
I4C INFORMATION TECHNOLOGY CONSULTING INC
IBISKA Telecom Inc.
Icegate Solutions Inc.
IDS Systems Consultants Inc.
iFathom Corporation
Information Management and Technology Consultants Inc.
Isheva Inc., Ranakan Inc. in JOINT VENTURE
IT/Net - Ottawa Inc.
Kelly Sears Consulting Group
Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
KPMG LLP
Lannick Contract Solutions Inc.
Lansdowne Technologies Inc.
Le Groupe Conseil Bronson Consulting Group
Lean Agility Inc.
Leo-Pisces Services Group Inc.
Leverage Technology Resources Inc.
Lightning Tree Consulting Inc.
Lumina IT inc.
Lumina IT inc./C.B.-Z. Inc. (Joint Venture)
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
Maplesoft Consulting Inc.
Maverin Business Services Inc.
MaxSys Staffing & Consulting Inc.
MDOS CONSULTING INC.
MGIS Inc.
MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
Michael Wager Consulting Inc.
Mindstream Training Center and Professional Services Bureau, Inc
Mindwire Systems Ltd.
MNP LLP
Modis Canada Inc
NATTIQ INC.
NavPoint Consulting Group Inc.
Newfound Recruiting Corporation
Nortak Software Ltd.
Olav Consulting Corp
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
OpenFrame Technologies, Inc.
Orangutech Inc.
Orbis Risk Consulting Inc.
Otus Strategic Financial Business Planning Group
PATHQUEST CONSULTING SERVICES INC.
Performance Management Network Inc.
Pleiad Canada Inc.
Portage Personnel Inc.
Posterity Group Consulting Inc,
Pricewaterhouse Coopers LLP
PRIMEXX VENTURES INC., ALEJANDRA DOXTATOR, Joint Venture
Procom Consultants Group Ltd.
Proex Inc.
Prologic Systems Ltd.
Promaxis Systems Inc
Protak Consulting Group Inc.
ProVision IT Resources Ltd.
QMR Staffing Solutions Incorporated
Quallium Corporation
Randstad Interim Inc.
Raymond Chabot Grant Thornton Consulting Inc.
RHEA INC.
Risk Sciences International Inc.
Robertson & Company Ltd.
Run Straight Consulting Ltd
S.I. SYSTEMS ULC
Samson & Associés CPA/Consultation Inc
Sierra Systems Group Inc.
SnapSEARCH Inc.
SoftSim Technologies Inc.
SRA Staffing Solutions Ltd.
Strategic Relationships Solutions Inc.
Stratos 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.
T.E.S. Contract Services INC.
TAG HR The Associates Group Inc.
TDV Global inc.
TECSIS Corporation
TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
TeraMach Technologies Inc.
The AIM Group Inc.
The Halifax Computer Consulting Group Inc.
The Right Door Consulting & Solutions Incorporated
The VCAN Group Inc.
Thinkpoint Inc.
Thomas&Schmidt Inc.
Tiree Facility Solutions Inc.
TPG Technology Consulting Ltd.
Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
TRM Technologies Inc.
Valcom Consulting group Inc.
Veritaaq Technology House Inc.
Yoush Inc.
Zernam Enterprise Inc

ADDITIONAL INFORMATION FOR BIDDERS
For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
Security Requirement:
There are security requirements associated with this requirement:
SRCL: Common PS SRCL #20
Supplier Security Clearance required: SECRET
Security Level required (Document Safeguarding): None
For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Controlled Goods :
This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
Location of Work :
Region: National Capital Region
Specific Location: 60 Moodie Drive, Ottawa, Ontario
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Vanessa Good-Davidson
Email: Vanessa.Good-Davidson@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.

Opportunity closing date
15 June 2020
Value of contract
to be confirmed

About the buyer

Address
Department of National Defence Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?