Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
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:
TASK Based Professional Services (TSPS) Requirement
This requirement is for: Department of National Defence (DND)
Project Name: Senior Integrated Logistics Support specialists to support the Director General Major Project Delivery (Sea)
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1and under the stated consultant category, security level, region, level of expertise for the following category: 5.14 Integrated Logistics Support (ILS) Specialist - Two (2) Senior Level full time resources
The requirement is intended to result in the award of one (1) contract.
The following SA holders were invited to submit a proposal.
1. 7351933 Canada Inc
2. 9468269 Canada Corp.
3. Access Corporate Technologies Inc.
4. ACF Associates Inc.
5. ADGA Group Consultants Inc.
6. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
7. Akkodis Canada Inc.
8. Allswater Marine Consultants Limited
9. Altis Recruitment & Technology Inc.
10. Amyantek Inc
11. Appian Corporation
12. Blue Water Sourcing Inc
13. CAE Inc.
14. Calian Ltd.
15. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
16. Fleetway Inc.
17. Indigenous Advancement Partnerships Inc., Calian Ltd. in Joint Venture
18. Lengkeek Vessel Engineering Inc.
19. Maverin Business Services Inc.
20. MaxSys Staffing & Consulting Inc.
21. Michael Wager Consulting Inc.
22. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
23. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
24. Pennant Canada Limited
25. Procom Consultants Group Ltd.
26. Prologic Systems Ltd.
27. Promaxis Systems Inc
28. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
29. Reticle Ventures Canada Incorporated
30. T.E.S. Contract Services INC.
31. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
32. Thomas&Schmidt Inc.
33. Tiree Facility Solutions Inc.
34. V42 Management Consulting, Inc.
35. Valcom Consulting group Inc.
Description of the Requirement:
The Department of Public Services and Procurement Canada (PSPC) has a requirement from DND to recruit two (2) ILS specialists (senior level) to review and update Logistic Support Analysis and incorporate the technical data of 2 Joint Support Ships (JSS) currently under construction into the Defence Resource Management Information System (DRMIS/SAP). The tasks require using DND and shipbuilder already adopted software (OmegaPS) and standards for ensuring availability, procurement, storage and tracking of maintenance parts and work throughout the life cycle of vessels. The required service may also involve enhancing internal capabilities of DND ILS by providing hands-on training to employees working on the JSS project and other Royal Canadian Navy (RCN) projects.
Security Requirement:
Security Requirements Check List: Common PS SRCL #25
Supplier Security Clearance required: Secret
Resource Security Clearance required: Secret
Security Level required (Document Safeguarding): None
Applicable Trade Agreements:
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The anticipated period of contract shall be from contract signing to March 31 2028. Two additional years may be included if corresponding extending options are exercised by Canada.
Estimated Level of Effort:
The estimated level of effort of the projected contract will be for 3 years +2 option years (240 days/year).
File Number: W8472-255941
Contracting Authority: Jean-Claude Labossière
E-Mail: jean-claude.labossiere@tpsgc-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.