Canada - Services professionels AMA (W2282-20AA95/B)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 03 February 2021
- Opportunity publication date
- 26 January 2021
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Trade Agreement: NONE
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: Public Services and Procurement Canada (PWGSC)
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under the following workstreams and categories:
Workstream 4, Resource Category 4.3:
1. Project Leader for Real Property, Level 3
Workstream 2: Resource Category 2.1:
2. Business Analyst, Level 3
Workstream 2, Resource Category 2.5:
3. Business Process Consultant, Level 2
Workstream 4, Resource Category 4.5:
4. Financial/Cost Specialist for Real Property, Level 3
Workstream 4, Resource Category 4.6:
5. Portfolio Planner for Real Property. Level 2
Workstream 5, Resource Category 5.14:
6. Integrated Logistics Support Specialist, Level 2
The following SA Holders have been invited to submit a proposal.
1. Altis Human Resources (Ottawa) Inc.
2. Olav Consulting Corp
3. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, in Joint Venture
4. Tiree Facility Solutions Inc.
Description of the Requirement:
Consultant Services for an Option Analysis / Business Case for RMC Saint-Jean Support Concept Post March 2025
In accordance with provided Treasury Board Secretariat (TBS) and DND Project Approval Directive (PAD) Business Case and Options Analysis templates, the Contractor must conduct a Business Case and Options Analysis which analyzes all viable and feasible site support services including, but not limited to: real property management, food services, educational services, security, IT and communication services, accommodation services, environmental management, fitness services, recreational services, transportation services, medical and dental services, and site management services for the provision of a future RMC Saint-Jean support paradigm and make a recommendation for the ideal option. The delivery options must be within the RMC Saint-Jean site/area to accommodate all RMC Saint-Jean operational and educational requirements post March 2025.
Specific tasks are detailed in Annex A of the present document.
It is expected that about 100% of the work will be carried out in the Metropolitan Area of Montreal. It is only an estimate.
Level of Security Requirement:
Company Minimum Security Level Required (Canada)
_ Protected A
X Protected B
_ Protected C
_ Confidential
_ Secret
_ Top Secret
_ Top Secret (SIGINT)
Resource Minimum Security Level Required (Canada)
X Reliability Status
_ Protected A
_ Protected B
_ Protected C
_ Confidential
_ Secret
_ Top Secret
_ Top Secret (SIGINT)
Document Safeguarding Security Level Required (Canada)
_ Protected A - DOS
X Protected B - DOS
_ Protected C - DOS
_ Confidential - FSC
_ Secret - FSC
_ Top Secret - FSC
_ NATO Confidential - FSC
_ NATO Secret - FSC
_ Cosmic Top Secret - FSC
Applicable Trade Agreements:
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA) and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).
Proposed period of contract:
The period of the Contract is from date of Contract to August 31st, 2021 inclusive with two (2) options to extend the contract, one of four (4) months and the second of three (3) months for a total possible contract length going to March 31st, 2022.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. Specialized technical services - Environmental fate of ammunition residues in the training areas
Contact:
File Number: W2282-20AA95
Contracting Authority: Cindy Austin
Phone Number: 438-995-7477
E-Mail: Cindy.Austin@pwgsc-tpsgc.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.
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.
- Opportunity closing date
- 03 February 2021
- 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.