OpenServices

Two (2) Project Leader/ Executives

Deux (2) chefs de projet / directeur de projet

Description

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) Supply Arrangement. TASK BASED E60ZT-18TSPS, PROFESSIONAL SERVICES REQUIREMENT FILE NUMBER: W8485-TSPS2026-04/A TIER 1 (< $3.75 M) This requirement is for the Department of National Defence (DND). This requirement is for the: - Stream 3: Project Management Services for the services of: - Two (2) 3.3: Project Leader/Executive, Senior Number of Contracts: This bid solicitation is intended to result in the award of one (1) or two (2) contracts for four (4) years. 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://buyandsell.gc.ca/tenders). Location of Work to be Performed: Department of National Defence 101 Colonel By Drive Ottawa, ON K1A 0K2 Security Requirement: Security Requirements Check List: 26-0013 Supplier Security Clearance required: Secret Security Level required (Document Safeguarding): None Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below. File Number: W8485-TSPS2026-04/A DND POC: Keigan (KS) Buffett E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca Description of the Requirement: The Department of National Defence (DND) requires the services of two (2) Senior Project Leader/ Executive Consultants to provide support the Fighter Capability Office’s (FCO) Director Fighter Capability Infrastructure (DFCI) in the National Capital Region (NCR). These consultants will support the Defence of Canada Fighter Infrastructure (DCFI) project in defining the scope, deliverables and the implementation condition relating to infrastructure acquisition as required for Canada’s Future Fighter Capability Project (FFCP). 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-ca…. List of Pre-Qualified Suppliers This requirement is open only to companies who qualified under the stated consultant categories, level of expertise, region and tier. The following Supply Arrangement (SA) Holders have been invited to submit a proposal: 1. 4Plan Consulting Corp. 2. A Hundred Answers Inc. 3. A. Net Solutions Inc. 4. Accenture Inc. 5. Access Corporate Technologies Inc. 6. Accurate Design & Communication Inc. 7. ACF Associates Inc. 8. ADRM Technology Consulting Group Corp. 9. Aequum Global Access Inc 10. Akkodis Canada Inc. 11. Aligned Si Corp 12. Altis Recruitment & Technology Inc. 13. Amyantek Inc 14. Archipelago Alliance Inc. 15. ASC Gp, Inc. 16. Birchwood Healthcare Consulting Ltd. 17. Blue Water Sourcing Inc 18. Bridgetown Consulting Inc. 19. BRYCA Solutions Inc. 20. Cache Computer Consulting Corp. 21. CAE Inc. 22. Calian Ltd. 23. CHANT LIMITED 24. CIMA+ S.E.N.C. 25. Cistech Limited 26. Cistel Technology Inc. 27. CloseReach Ltd. 28. Cofomo Inc. 29. Comtech Group Inc. 30. Confluence Consulting Inc. 31. Connecting Humans Inc. 32. Conoscenti Technologies Inc. 33. Consultation ISGA Inc. 34. CPCS Transcom Limited 35. Dare Human Resources Corporation 36. Decasult Inc. 37. Deloitte Inc. 38. Donna Cona Inc. 39. Eagle Professional Resources Inc. 40. Eclipsys Solutions Inc 41. Econ Inc. 42. Elevated Thinking Inc. 43. ERM Consultants Canada Ltd. 44. Ernst & Young LLP 45. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture 46. Fleetway Inc. 47. ForgeSight Technologies Inc. 48. Foursight Consulting Group Inc. 49. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. 50. Gartner Canada Co. 51. GEF Consulting Inc. 52. Gelder, Gingras & Associates Inc. 53. Goldstein-Victorova Solutions & Consulting Inc. 54. H2 ANALYTICS INC. 55. HDR Corporation 56. Hofmann PM Inc 57. Holonics Inc. 58. HubSpoke Inc. 59. IBISKA Telecom Inc. 60. Integra Networks Corporation 61. IT/Net - Ottawa Inc. 62. Jumping Elephants Incorporated 63. Junction Collective Inc. 64. Juno Risk Solutions Incorporated 65. Just Governance Group Ltd. 66. Kelly Sears Consulting Group 67. KSAR & ASSOCIATES INC 68. Lean Agility Inc. 69. Leo-Pisces Services Group Inc. 70. Levio Conseils Inc. 71. MAKWA Resourcing Inc. 72. Malarsoft Technology Corporation and Cistel Technology Inc. Joint Venture 73. Maplefox Projects Inc. 74. Maplesoft Consulting Inc. 75. Mason Clark Group Inc. 76. Maverin Business Services Inc. 77. Maverin Inc. 78. MaxSys Staffing & Consulting Inc. 79. Meira Consulting Inc. 80. Messa Computing Inc. 81. MGIS Inc. 82. Michael Wager Consulting Inc. 83. Mindwire Systems Ltd. 84. MNP LLP 85. Mobile Resource Group Inc 86. NATTIQ INC. 87. Naut'sa mawt Resources Group, Inc. 88. NavPoint Consulting Group Inc. 89. Newfound Recruiting Corporation 90. Nisha Technologies Inc. 91. Nortak Software Ltd. 92. NTT DATA CANADA, INC. 93. Nuclear Promise X Inc. 94. OGGN Inc. 95. Oliver Wyman Government Services ULC 96. OLIVER, WYMAN LIMITED/OLIVER, WYMAN LIMITEE 97. OpenFrame Technologies, Inc. 98. Optimus SBR Inc. 99. Orbis Risk Consulting Inc. 100. OXARO INC. 101. PCUBED CANADA INC. 102. Performance Management Network Inc. 103. Pleiad Canada Inc. 104. Portage Personnel Inc. 105. Posterity Group Consulting Inc, 106. PRECISIONERP INCORPORATED 107. Pricewaterhouse Coopers LLP 108. Procom Consultants Group Ltd. 109. Prologic Systems Ltd. 110. Promaxis Systems Inc 111. Prompta Inc. 112. Protak Consulting Group Inc. 113. Public digital Limited 114. QMR Staffing Solutions Incorporated 115. Quallium Corporation 116. Quarry Consulting Inc. 117. Randstad Interim Inc. 118. RealIT Management Inc. 119. Reticle Ventures Canada Incorporated 120. Revay and Associates Limited 121. Risk Sciences International Inc. 122. S.I. SYSTEMS ULC 123. S.M.A. Consulting LTD 124. SALASAN Consulting Inc. 125. Samson & Associés CPA/Consultation Inc 126. Sapper Labs Inc. 127. Serco Canada Marine Corporation 128. Space Strategies Consulting Ltd 129. Steer Davies Gleave North America Inc 130. Stratégia conseil inc 131. Sundiata Warren Group Inc. 132. Symbiotic Group Inc. 133. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE 134. Systèmes Syntax Ltée/Syntax Systems Ltd. 135. Systemscope Inc. 136. T.E.S. Contract Services INC. 137. T.I.7 Inc. 138. TAG HR The Associates Group Inc. 139. TDV Global inc. 140. Technomics, Incorporated 141. TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre 142. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA 143. The AIM Group Inc. 144. The Barrington Consulting Group Inc. 145. THE LANSDOWNE CONSULTING GROUP INC. 146. The Right Door Consulting & Solutions Incorporated 147. Thinkpoint Inc. 148. Thomas&Schmidt Inc. 149. Tiree Facility Solutions Inc. 150. TPG Technology Consulting Ltd. 151. Transatlantic Business Consulting Inc. 152. Tricon Solutions Inc 153. TRM Technologies Inc. 154. Turtle Island Staffing Inc. 155. Valcom Consulting group Inc. 156. Valstroom Inc. 157. Vantix Systems Inc. 158. Wirehead Corporation 159. WSP Canada Inc. 160. Zernam Enterprise Inc

Tender Details

Reference Number
cb-498-88364161
Solicitation Number
W8485-TSPS2026-04/A
Publication Date
Feb 12, 2026
Closing Date
Feb 27, 2026
Procurement Method
Competitive - Selective tendering
Selection Criteria
Lowest Cost-per-Point
Notice Type
RFP against Supply Arrangement

Classification

UNSPSC Code
80101600
UNSPSC Description
Project management

Contracting Entity

Department of National Defence (DND)

101 Colonel By Drive, Ottawa, ON, K1A0K2, CANADA

Ottawa, ON

Contact

Keigan (KS) Buffett

keigan.buffett@forces.gc.ca

(819) 939-3118