LVCTS - Services Support

Solicitation number W8476-206275/B

Publication date

Closing date and time 2020/09/17 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / FTAs with Peru / Colombia / Panama / Korea
    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: Solutions Professional Services to Support the Project Management Office - Land Vehicle Crew Training System
    
    This requirement is open only to those Supply Arrangement Holders under TSPS SA Solution Based, (TSPS) Method of Supply (E60ZT-16TSSB/D).
    Tier 2 - Requirements greater than $3.75 million /Stream 3: Project management services/Stream 5: Technical Engineering and Maintenance Services Stream
    
    The following SA Holders have been invited to submit a proposal:
    
    ADGA Group Consultants Inc. 
    AECOM Canada Ltd.
    Babcock Canada Inc. 
    BMT CANADA Ltd. 
    Calian Ltd. 
    Lobo Consulting Services Inc. 
    QinetiQ Limited 
    Tiree Facility Solutions Inc. 
    WSP CANADA INC. 
    
    Description of the Requirement:
    
    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence (DND) for the provision of the Task and Solutions Professional Services to support the Land Vehicle Crew Training System (LVCTS) Project Management Office (PMO), in delivering an armoured vehicle crew virtual training capability to the Canadian Army. The period of any resulting solution contract will be from contract award to two year later inclusive. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to three additional one year periods under the same conditions. 
    
    Security Requirement:
    
    The following security requirement (SRCL and related clauses provided by the Contract Security Program apply and form part of the Contract:  
    Security requirement for Canadian supplier: Public Service and Procurement Canada file #common-professional services security requirement check list #21
    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 CSP of the ISS, PSPC
    2. This contract includes access to controlled goods.  Prior to access, the contractor must be registered in the Controlled Goods Program of the ISS/PSPC
    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/ISS/PSPC
    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/ISS/PSPC
    6. The contractor/offeror must comply with the provisions of the: 
    1. Security Requirements Check List attached at Annex C 
    2. Industrial Security Manual (Latest Edition)
    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-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) and the Canada-Korea Free Trade Agreement (CKFTA).
    
    
    File Number:    W8486-206275/A
    
    Contracting Authority: Alain St-Amour
    Phone Number:  613-293-2923
    E-Mail:   alain.st-amour@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.

    Contract duration

    Refer to the description above for full details.

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    St-Amour, Alain
    Phone
    (613) 293-2923 ( )
    Email
    alain.st-amour@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    100
    000
    French
    18

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: