Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements:
NOTICE OF PROPOSED PROCUREMENT
This requirement is only open to the following pre-qualified suppliers under the Task and Solutions Based Professional Services (TSPS).
TASK BASED E60ZN-090002 PROFESSIONAL SERVICES - (TSPS) REQUIREMENT (File No. W847A-130123) TIER 2 (> $2M)
This requirement is for the Department of National Defence (DND)
This requirement is for Project Management Services Class for the services of:
Junior Project Administrators Senior Project Managers
Senior Project Planners
Senior Quality Assurance/Management Specialists
Senior Procurement Specialists
Intermediate Financial Specialists
One Contract to be awarded.
This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
168446 Canada Inc. 175213 Canada Inc. Net Solutions ADGA Group Consultants Inc. ADRM Technology Consulting Group Corp. ADRM Technology Consulting Group Corp. / Randstad Interim Inc. Altis Human Resources (Ottawa) Inc. Amtek Engineering services Ltd. Auguste Solutions and Associates Inc. BDA Real Estate Development Services Inc. BP & M Government IM & IT Consulting Inc. Calian Ltd. CBRE Limited Conseillers en Informatique d'Affaires CIA Inc Contract Community Inc. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE Coradix technology Consulting Ltd. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture Dare Human Resources Corporation Emerion Excel Human Resources Inc. HDP Group Inc I4C INFORMATION TECHNOLOGY CONSULTING INC IAN MARTIN LIMITED IBISKA Telecom Inc. IBM Canada Ltd. Information Management and Technology Consultants Inc. Interis Consulting Inc. IT Services Canada Inc. IT/Net - Ottawa Inc. Lansdowne Technologies Inc. Lumina IT inc. Maplesoft Consulting Inc. MGIS Inc. MHPM Project Managers Inc. MHPM Project Managers Inc., Tiree Facility Solutions Inc. in Joint Venture Michael Wager Consulting Inc. Modis Canada Inc NRNS Incorporated Orbis Risk Consulting Inc. Phirelight E-Business Solutions Inc. PPI Consulting Limited Procom Consultants Group Ltd and StoneShare Services Inc, in Joint Venture Proex Inc. Promaxis Systems Inc ProVision IT Resources Ltd. Quallium Corporation Randstad Interim Incorporated S.i. Systems Ltd. Sierra Systems Group Inc. Sinapse interventions stratégiques inc. Somos Consulting Group Ltd. Strategic Relationships Solutions Inc. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture. TDV Global inc. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada The Corporate Research Group Ltd. The Halifax Group Inc. Tiree Facility Solutions Inc. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture TRM Technologies Inc. Turtle Technologies Inc. Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture Valcom Consulting group Inc. Veritaaq Technology House Inc. Yoush Inc. Zylog Systems (Ottawa) Ltd.
Request For Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT MERX IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF RFP DOCUMENTS.
Location of work to be performed: National Capital Region Security Requirement: Supplier Security Clearance required: FSC - Secret Security Level required (Document Safeguarding): None
Inquiries regarding this RFP requirement are to be submitted to the Contracting Authority listed below:
Contracting Authority: Michele McCutcheon Email: michele.mccutcheon@tpsgc-pwgsc.gc.ca
DND requires the services of one Contractor to provide project management support services. This requirement will be from date of award to March 31, 2015, with an irrevocable option to extend the contract by three one-year option periods.
Documents may be submitted in either official language of Canada.
The Task and Solutions Based Professional Services (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 pre-qualified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS, please review the Request for Supply Arrangement (RFSA) permanent posting that is currently available on the Government Electronic Tendering System (www.merx.com) which is accessible by referencing the following Solicitation Number(s): E60ZN-090003/C.
For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGs designated as a National Historic Site of Canada.
The Museum occupies the Property pursuant to a licence agreement with PWGSC. Please note that the ship berthed on site is the property of the Museum. As it does not belong to the Government of Canada; it is therefore not included in the sale of the Property.
Section B: Access to Disclosure Documents
Property information documents will be disclosed to interested parties (Interested Party) via a Virtual Data Room. To obtain access to the Virtual Data Room an Interested Party must enter into a Non-Disclosure Agreement.
• Each Interested Party is solely responsible to ensure that it: o Contacts the person listed in Section E to request a copy of the Non-Disclosure Agreement; o Properly completes, executes and submits the Non-Disclosure Agreement to the person listed in Section E; o Registers for access to the Virtual Data Room; o Has the appropriate software (Google Chrome version 40 or Mozilla Firefox Version 35.0) which will allow him or her to access and download documents from the Virtual Data Room; o Reviews all documents available in the Virtual Data Room and satisfies itself as to the condition of the Property; o Submits any questions or comments pertaining to this EOI in writing up to and including March 20, 2015, and o Consults the Virtual Data Room frequently as addition, deletion, or amendment of documents may occur.
Section C: Responses
Further to consulting the Virtual Data Room, any party having an interest as to the potential sale of the Property is requested to submit their response to this EOI in writing to the following address:
Public Works and Government Services Canada
Attention:
John Hammond, Real Estate Services
4900 Yonge Street, 10th Floor Toronto, Ontario M2N 6A6
or by email as per Section E below.
Please indicate File No. 9075-K027/17-5 on all correspondence.
Section D: Responses Requested by
As this may be the only invitation to submit an Expression of Interest for this project, Interested Parties should provide their response by April 7, 2015. Responses received after this date may not be considered.
Section E: Information Provided by Interested Parties or Agents of Interested parties
Information provided by Interested Parties should include their name, the name of the company they represent (if applicable), their email address and phone number, as well as contact information for an alternate, in case primary contact is out of reach.
Section F: Additional Information
For more information, please contact John Hammond, Senior Real Estate Investment Analyst, Real Estate Services, Ontario Region) by phone at 416-738-7477 or by email at: john.hammond@pwgsc-tpsgc.gc.ca.
Section G: Not a Solicitation Process
Note that this is not a tender process, nor a request for proposals, but only an inquiry as to the interest of potential purchasers in the sale of the Kingston Dry Dock and associated lands by the Government of Canada. The interests demonstrated through this EOI may be compiled in a source list of interested parties and PWGSC may issue a request for offers based on this information or based on any other information which may come to its attention prior to an issuance of a request to offer or it may request offers by way of public tender.
PWGSC will not necessarily request offers and may not post any future ads related to this request.