Purchaser
Department of National Defence (DND)
Country
—
Published
25 Jun 2025
Closing date
10 Jul 2025
Source ID
Docs found
—
Unlock fit scoring for this notice, save it to your pipeline, and find similar public-sector opportunities that match your capabilities.
- See whether this tender is worth pursuing.
- Keep this notice and your bid workflow in one workspace.
- Track similar tenders without rebuilding the search manually.
Summary
NOTICE OF PROPOSED PROCUREMENT This requirement is only open to the below list of pre-qualified suppliers under the Task and Solutions Professional Services (TSPS). TASK BASED E60ZT-18TSPS/ PROFESSIONAL SERVICES REQUIREMENT FILE NUMBER: W8485-TSPS2025-12 TIER 1 (< $3.75 M) This requirement is for the Department of National Defence (DND). This requirement is for the: - Stream 5: Technical, engineering and maintenance services stream - Category 5.16: Life Cycle Management Specialist for the services of: - One (1) LCMS - Intermediate UNSPSC 81141600: Supply chain management Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years, plus four (4) irrevocable option years allowing Canada to extend the term of the Contract. Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC) to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://canadabuys.canada.ca/en). Location of Work to be Performed: Region(s): National Capital Region Specific Locations: 455 Boulevard de la Carrière, Gatineau, QC Security Requirement: Security Requirements Check List: Common PS SRCL #41 Supplier Security Clearance required: FSC - Secret Security Level required (Document Safeguarding): None Estimated Level of Effort: The estimated level of effort of the contract will be for 240 days per year. Estimated time frame of contract – 01 August 2025 to 31 July 2027 plus four (4) irrevocable option years. Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below. File Number: W8485-TSPS2025-12 DND POC: Bing Han E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca Description of the Requirement: This bid solicitation is being issued to satisfy the requirement of the Department of National Defence for the provision of Task and Solutions Professional Services. The Department of National Defence (DND) requires the services of one (1) Intermediate Life Cycle Management Specialist to support Director Aerospace Equipment Program Management (Fighter and Trainers) (DAEPM(FT)). Documents may be submitted in either official language of Canada. 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 TBIPS, please contact Public Works and Government Services Canada (PWGSC) at: spts.tsps@tpsgc-pwgsc.gc.ca. 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 only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category: • 5.16: Life Cycle Management Specialist The following SA Holders have been invited to submit a proposal. List of Suppliers: Legal Name: 1. 7351933 Canada Inc 2. 9468269 Canada Corp. 3. ACF Associates Inc. 4. ADGA Group Consultants Inc. 5. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture 6. Akkodis Canada Inc. 7. Altis Recruitment & Technology Inc. 8. Amyantek Inc 9. Appian Corporation 10. Arup Canada Inc. 11. CAE Inc. 12. Calian Ltd. 13. Deloitte Inc. 14. Fleetway Inc. 15. IPSS INC. 16. Lengkeek Vessel Engineering Inc. 17. MACP inc. 18. Maverin Business Services Inc. 19. MaxSys Staffing & Consulting Inc. 20. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in JointVenture 21. Newfound Recruiting Corporation 22. Norda Stelo Inc. 23. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGYCORPORATION, IN JOINT VENTURE 24. OneTriam Inc. 25. Pennant Canada Limited 26. Procom Consultants Group Ltd. 27. Prologic Systems Ltd. 28. Promaxis Systems Inc 29. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. InJoint Venture 30. Reticle Ventures Canada Incorporated 31. SoftSim Technologies Inc. 32. T.E.S. Contract Services INC. 33. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture 34. Talencity Inc. 35. Technomics, Incorporated 36. The AIM Group Inc. 37. The Attain Group Inc. /Le Groupe Atteindre Inc. 38. Thomas&Schmidt Inc. 39. Tiree Facility Solutions Inc. 40. V42 Management Consulting, Inc. 41. Valcom Consulting group Inc.
Sign in to run AI fit scoring, bid/no bid reviews, and compliance drafting for this tender.