Canada - TSPS - 2.11 Intermediate Information/Records Management/Recordkeeping Specialist for the Directorate of Maritime Procurement (D Mar P)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 13 November 2024
- Opportunity publication date
- 28 October 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
NOTICE OF PROPOSED PROCUREMENT
This requirement is for: Department of National Defence
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 ($0 - $3.75M) under the stated consultant category, security level, region, level of expertise for the following category(ies): 2. Business Consulting / Change Management.
One (1) resource in the following Stream:
• One (1) 2.11 Information/Records Management/Recordkeeping Specialist – Intermediate.
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal.
1. ADGA Group Consultants Inc.
2. Adirondack Information Management Inc., The AIM Group Inc. In Joint Venture
3. ADRM Technology Consulting Group Corp.
4. Altis Recruitment & Technology Inc.
5. Calian Ltd.
6. Contract Community Inc.
7. Contract Community Inc., Nisha Technologies Inc. In Joint Venture
8. Donna Cona Inc.
9. IBISKA Telecom Inc.
10. Leo-Pisces Services Group Inc.
11. Malarsoft Technology Corporation
12. Maplestream Inc., Cofomo Inc. In Joint Venture
13. Maverin Inc.
14. MGIS Inc.
15. NATTIQ Inc.
16. Nisha Technologies Inc.
17. Prologic Systems Ltd.
18. Promaxis Systems Inc.
19. Samsom & Associés CPA/Consultation Inc.
20. Skyfly Solutions Inc., iFathom Corp. In Joint Venture
21. Spearhead Management Canada Ltd.
22. T.I.7 Inc.
23. Tato Recruiting Inc., S.I. Systems ULC. In Joint Venture
24. Thomas&Schmidt Inc.
25. Turtle Island Staffing Inc.
26. Valcom Consulting Group Inc.
Description of the Requirement:
The Department of National Defence (DND) has a requirement for one (1) 2.11 Intermediate Information/Records Management/Recordkeeping Specialist to assist the Directorate of Maritime Procurement (D Mar P) and the Navy with records management, reporting of contracts, file management activities and creating official electronic records using an electronic records management system.
Level of Security Requirement:
There are security requirements associated with this requirement:
Company Minimum Security Level Required: RELIABILITY
Resource Minimum Security Level Required: RELIABILITY
Document Safeguarding Security Level Required: None
For more information on personnel and organization security screening or security clauses, bidders should refer to Industrial security and controlled goods at Public Services and Procurement Canada - Canada.ca) website.
Applicable Trade Agreements:
World Trade Organization Agreement on Government Procurement (WTO-AGP)
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canadian Free Trade Agreement (CFTA)
Canada Korea Free Trade Agreement, (CKFTA)
Canada – Chile Free Trade agreement
Canada – Colombia Free Trade agreement
Canada – Honduras Free Trade agreement
Canada – Panama Free Trade agreement
Canada – Peru Free Trade agreement
Canada – Ukraine Free Trade agreement
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Note to Bidders: Conditional Set-Aside Under the Procurement Strategy for Indigenous Business (PSIB)
This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business.
In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.
For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
Associated Documents:
Request for Proposal (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 RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).
Proposed period of contract:
The proposed period of contract must be from date of Contract to one (1) year later, followed by up to four (4) additional six (6) month option period(s).
Estimated Level of Effort:
The estimated level of effort of the initial contract period will be for 240 days. The estimated level of effort of the option periods will be for 120 days, per six (6) month period.
File Number: W8482-252923/A
Contracting Authority: Nicole Matyszczuk, D Mar P 3-3-8
E-Mail: DMarP3BidSubmission-DOMar3Soumissiondesoffres@forces.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
- Opportunity closing date
- 13 November 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of National Defence (DND)
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.