Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-08 00:00:00
Canada CanadaBuys

TSPS SA – One (1) Intermediate Technical Writer (W6399-22-LG91/A)

Process Number PW-21-00974062

Dates:


Publication date:

2021-11-08 00:00:00

Amendment date:

None

Date closing:

2021/11/23 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

World

End user entity:

Department of National Defence

Procurement entity:

Department of National Defence

Region of opportunity:

Ontario

Tendering procedure:

Selective

Reference number:

PW-21-00974062

Solicitation number:

W6399-22-LG91/A

Description:


Description:

NOTICE OF PROPOSED PROCUREMENT File Number: W6399-22-LG91/A Tier: 1 (< $2M) This requirement is for the Department of National Defence (DND) for the services of One (1) Intermediate Technical Writer under Stream 3.10 Technical Writer. The intent of this solicitation is to establish one (1) Contract for two (2) initial years, with the option to extend the term of the Contract by up to three (3) additional one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) number E60ZT-18TSPS. Documents may be submitted in either official language of Canada. 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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders). The 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 prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TSPS, please contact Public Works and Government Services Canada (PWGSC). For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services. List of Pre-Qualified Suppliers : This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier: Accenture Inc. ADGA Group Consultants Inc. ADRM Technology Consulting Group Corp. Altis Human Resources (Ottawa) Inc. BMT CANADA LTD. Calian Ltd. CGI Information Systems and Management Consultants Inc. Conoscenti Technologies Inc. Coradix technology Consulting Ltd. Fleetway Inc. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. HubSpoke Inc. IBISKA Telecom Inc. iFathom Corporation IT/Net - Ottawa Inc. IT/NET OTTAWA INC, KPMG LLP, in joint venture KPMG LLP L-3 Technologies MAS Inc. Lansdowne Technologies Inc. Maplesoft Consulting Inc. MaxSys Staffing & Consulting Inc. MDOS CONSULTING INC. Michael Wager Consulting Inc. Mindwire Systems Ltd. Modis Canada Inc OpenFrame Technologies, Inc. Pricewaterhouse Coopers LLP Primex Project Management Limited Procom Consultants Group Ltd. Promaxis Systems Inc Quallium Corporation Randstad Interim Inc. RHEA INC. S.I. SYSTEMS ULC Serco Canada Marine Corporation SoftSim Technologies Inc. SÉLECT GLOBAL INTERNATIONAL LTÉE. T.E.S. Contract Services INC. The AIM Group Inc. Thinkpoint Inc. TRM Technologies Inc. Valcom Consulting group Inc. ADDITIONAL INFORMATION FOR BIDDERS For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants. Security Requirement: There are security requirements associated with this requirement: Access to Controlled Goods Access to Unclassified Military Technical Data Level of Information: Secret / NATO Secret / Foreign Secret Release Restrictions: Canadian FOCI Review Required For additional information, consult Part 6 – Security and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. Controlled Goods: This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA). Location of Work: Region: Ontario Region Specific Location: 8 Wing, Trenton, Ontario BIDDERS’ INQUIRIES Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority: Name: Vanessa Good-Davidson Email: Vanessa.Good-Davidson@forces.gc.ca The Crown retains the rights to negotiate with suppliers on any procurement.

Contact information:


Contact name:

Good-davidson, Vanessa

Contact email:

Vanessa.Good-Davidson@forces.gc.ca

Contact phone:

819-939-3226

Contact address:

101 Colonel By Drive Ottawa ON K1A 0K2 CA

Contact Fax:

Solicitation Documents:


File Amendment Number Language Date added