NOTICE OF PROPOSED PROCUREMENT
This requirement is for the Department of National Defence (DND).
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 and under the stated consultant category, security level, region, level of expertise for the following category(ies): 5.2 Technician, secret Security Level, National Capital Region, Senior.
SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority to request an invitation at any time prior to five business days before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement process. In no circumstance will such an invitation require Canada to extend a bid closing date. The following SA Holders have been initially invited to bid on this requirement.
SA Holders that are invited to compete as a joint venture must submit a bid as that joint venture SA Holder, forming no other joint venture to bid. Any joint venture must be already qualified under the E60ZT-18TSPS series as that joint venture at the time of bid closing in order to submit a bid.
The requirement is intended to result in the award of one (1) contract.
The Department of National Defence requires one (1) Senior Technician to provide support services for facility maintenance for the Real Property Operations North (RPO(N)) program at the Detachment North Warning System (DET NWS). The Senior Technician will be responsible for various tasks, including analyzing and reviewing maintenance reports, verifying mechanical and power generation systems, and providing technical recommendations to the Technical Authority (TA).
The following SA Holders have been invited to submit a proposal.
1. 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.
2. 9468269 Canada Corp.
3. Access Corporate Technologies Inc.
4. ADGA Group Consultants Inc.
5. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
6. Akkodis Canada Inc.
7. Amyantek Inc
8. Appian Corporation
9. Calian Ltd.
10. Fleetway Inc.
11. GasTOPS Ltd.
12. Indigenous Advancement Partnerships Inc., Calian Ltd. in Joint Venture
13. Louis Tanguay Informatique Inc.
14. Maverin Business Services Inc.
15. MaxSys Staffing & Consulting Inc.
16. Norda Stelo Inc.
17. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
18. OneTriam Inc.
19. Orbis Risk Consulting Inc.
20. Primex Project Management Limited
21. Prologic Systems Ltd.
22. Promaxis Systems Inc
23. Protak Consulting Group Inc.
24. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
25. Staffmax Staffing & Recruiting Corp.
26. T.E.S. Contract Services INC.
27. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
28. The AIM Group Inc.
29. The Attain Group Inc. /Le Groupe Atteindre Inc.
30. Thomas&Schmidt Inc.
31. V42 Management Consulting, Inc.
This procurement is conditionally set aside under the Federal Government Procurement Strategy for Indigenous Business (PSIB). In accordance with the requirements for conditionally set-aside procurements under PSIB, if two (2) or more compliant bids are received with a valid Indigenous business certification, only those bids will be eligible for contract award; otherwise, all compliant bids received will be considered. For more information on the requirements for Indigenous businesses under the PSIB, refer to Annex 9.4 of the Supply Manual.
This is open to competition. However, this offer will be conditionally set aside under the Government of Canada's Procurement Strategy for Indigenous Business (PSIB) if two or more bids are received from businesses that have provided a PSIB certification and are listed as Indigenous businesses in the Government of Canada's Indigenous Business Directory (https://www.aadnc-aandc.gc.ca/eng/1100100033057/1100100033058).
If your Aboriginal business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Aboriginal businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Aboriginal businesses and will not consider bids from any non-Aboriginal businesses that may have been submitted. If the bids from the Aboriginal businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Aboriginal businesses remain, bids from all of the non-Aboriginal businesses that had submitted bids will then be considered by the contracting authority.
If it is Set-aside, this procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples or for set-asides for small and minority businesses.
Further to Article 800 of the Canadian Free Trade Agreement (CFTA), the CFTA does not apply to this procurement only if two or more compliant bids from Indigenous businesses are received.
Category
5.2 Technician, Senior, secret Security Level,
Security requirement for Canadian supplier:
1. The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid facility security clearance at the level of secret, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC)
2. This contract includes access to controlled goods. Prior to access, the contractor must be registered in the Controlled Goods Program of the CSP, PWGSC
3. 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 reliability status or secret as required, granted or approved by the CSP, PWGSC
4. 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.
5. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC
6. The contractor/offeror must comply with the provisions of the:
a. Security Requirements Check List and security guide.
b. Contract Security Manual (latest edition)