Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK Based Professional Services (TSPS) Requirement
This requirement is for: the Department of National Defence
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1, under the region / metropolitan area, level of expertise and for the following category(ies):
2.1 Business Analyst, Level 2 and Level 3
2.4 Organization Development Consultant, Level 2 and Level 3
2.5 Business Process Consultant, Level 2 and Level 3
2.6 Change Management Consultant, Level 2 and Level 3
2.11 Information/Records Management/Record Keeping Specialist, Level 2 and Level 3
3.1 Project Administrator, Level 2 and Level 3
3.2 Project Manager, Level 2 and Level 3
3.4 Project Planner, Level 2 and Level 3
The requirement is intended to result in the award of one contract.
The following SA Holders have been invited to submit a proposal.:
1. 4165047 Canada Inc.
2. 7792395 Canada Inc.
3. 8005931 Canada Inc
4. 9149481 Canada Inc.
5. 9468269 Canada Corp.
6. A Hundred Answers Inc.
7. A. Net Solutions Inc.
8. Accenture Inc.
9. ACF Associates Inc.
10. Action Personnel of Ottawa-Hull Ltd
11. ADGA Group Consultants Inc.
12. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
13. ADRM Technology Consulting Group Corp.
14. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
15. Akkodis Canada Inc.
16. ALITHYA CANADA INC
17. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
18. Altis Recruitment & Technology Inc.
19. ALTRUISTIC INFORMATICS CONSULTING INC.
20. Amyantek Inc
21. ARTEMP PERSONNEL SERVICES INC
22. BDO Canada LLP
23. Birchwood Healthcare Consulting Ltd.
24. BMT CANADA LTD.
25. BRING Management Solutions Inc.
26. Calian Ltd.
27. CGI Information Systems and Management Consultants Inc.
28. Cistel Technology Inc.
29. CloseReach Ltd.
30. Cofomo Inc.
31. COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC.
32. COLLIERS PROJECT LEADERS INC. COLLIERS MAÎTRES DE PROJETS INC., Tiree Facility Solutions Inc. in Joint Venture
33. Contract Community Inc.
34. CONTRACT COMMUNITY INC., NISHA TECHNOLOGIES INC IN JOINT VENTURE
35. CSI CONSULTING INC., J&M GROUP INC. IN JOINT VENTURE
36. CVL INFORMATION SOLUTIONS INC.
37. Dare Human Resources Corporation
38. Deloitte Inc.
39. Donna Cona Inc.
40. Eagle Professional Resources Inc.
41. Elevated Thinking Inc.
42. Ernst & Young LLP
43. EXPERIS CANADA INC.
44. ForgeSight Technologies Inc.
45. Gartner Canada Co.
46. GSI International Consulting Inc.
47. I4C INFORMATION TECHNOLOGY CONSULTING INC
48. IBISKA Telecom Inc.
49. iFathom Corporation
50. Intelan Consulting Inc.
51. IPSS INC.
52. IT/Net - Ottawa Inc.
53. IT/NET OTTAWA INC, KPMG LLP, in joint venture
54. KPMG LLP
55. Le Groupe Conseil Bronson Consulting Group
56. Leo-Pisces Services Group Inc.
57. Les Enterprises Norleaf Networks Inc.
58. Leverage Technology Resources Inc.
59. Malarsoft Technology Corporation
60. Maplesoft Consulting Inc.
61. Maverin Business Services Inc.
62. Maverin Inc.
63. MaxSys Staffing & Consulting Inc.
64. MGIS Inc.
65. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
66. Mindstream Training Center and Professional Services Bureau, Inc
67. Mindwire Systems Ltd.
68. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
69. MNP LLP
70. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
71. NATTIQ INC.
72. NavPoint Consulting Group Inc.
73. Newfound Recruiting Corporation
74. NTT DATA CANADA, INC.
75. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
76. Oliver Wyman Government Services ULC
77. Orangutech Inc.
78. Orbis Risk Consulting Inc.
79. OXARO INC.
80. Paragon Digital Consulting, Inc.
81. PGF Consultants Inc.
82. Pleiad Canada Inc.
83. Portage Personnel Inc.
84. Pricewaterhouse Coopers LLP
85. Procom Consultants Group Ltd.
86. Prologic Systems Ltd.
87. Promaxis Systems Inc
88. Protak Consulting Group Inc.
89. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
90. QMR Staffing Solutions Incorporated
91. Quallium Corporation
92. Quarry Consulting Inc.
93. Randstad Interim Inc.
94. Reticle Ventures Canada Incorporated
95. Robertson & Company Ltd.
96. S.I. SYSTEMS ULC
97. Samson & Associés CPA/Consultation Inc
98. SEASI Consulting Inc.
99. Sia Partners Inc. / Sia Partenaires Inc.
100. Skyfly Solutions Inc., iFathom Corp in Joint Venture
101. SoftSim Technologies Inc.
102. Superheroes Academy Inc.
103. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
104. SYSTEMATIX IT SOLUTIONS INC, MICROWORKS, IN JOINT VENTURE
105. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
106. Systèmes Syntax Ltée/Syntax Systems Ltd.
107. Systemscope Inc.
108. T.E.S. Contract Services INC.
109. T.I.7 Inc.
110. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
111. TDV Global inc.
112. Technomics, Incorporated
113. TECSIS Corporation
114. TECSIS Corportation, Les Enterprises Norleaf Network Inc. in Joint Ventre
115. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
116. The AIM Group Inc.
117. The Halifax Computer Consulting Group Inc.
118. THE LANSDOWNE CONSULTING GROUP INC.
119. The Right Door Consulting & Solutions Incorporated
120. Thomas&Schmidt Inc.
121. Tiree Facility Solutions Inc.
122. TPG Technology Consulting Ltd.
123. Tricon Solutions Inc
124. TRM Technologies Inc.
125. Valcom Consulting group Inc.
126. WSP Canada Inc.
127. Zernam Enterprise Inc
Description of the Requirement:
The Canadian Forces Intelligence Command (CFINTCOM) of the Department of National Defence (DND) requires the services on an “as and when required” basis of a team of professionals to provide Business Analysis and Project Management support to enable the development of solutions meeting current operational requirements.
Services similar to those described in this requirement were provided by Akkodis Canada Inc. (formerly Modis Canada Inc.) through contract # W6820-21ZZ01/001/KIN. The contract was awarded as a result of a competitive procurement process under PSPC delegated authorities. The contract period was for four years and had a value of $9,718,000.00.
Security:
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial 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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Level of Security Requirement:
Security Requirement: SRCL #W6369-26-X048
Minimum Corporate Security Required: Facility Security Clearance (FSC) - Top Secret
Minimum Resource Security Required: Top Secret
Special comments:
This procurement is subject to a preference for Indigenous businesses.
This is a conditionally limited tender. It will be set aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if two or more bids have been received by Indigenous businesses who are certified under the PSIB criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658). If your Indigenous business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority.
In the case of a conditional set-aside for Indigenous businesses under the Procurement Strategy for Indigenous Business, this procurement is exempt under the international trade agreements and the Canadian Free Trade Agreement (CFTA).
Applicable Trade Agreements:
The World Trade Organization Agreement on Government Procurement (WTO-AGP)
The Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
The Canadian Free Trade Agreement (CFTA)
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-Honduras Free Trade Agreement (CHFTA)
The Canadian-European Union Comprehensive Economic and Trade Agreement (CETA)
The Canada-Korea Free Trade Agreement (CKFTA)
The Canada–Ukraine Free Trade Agreement
The Canada-United Kingdom Trade Continuity Agreement
Proposed period of contract:
The proposed period of contract is for two years.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 480 days per resource for the contract period.
Contracting Authority Information:
File Number: W6369-26-X048
Contracting Authority: Rogelio Orsetti
E-Mail: Rogelio.Orsettipetrocelli@forces.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” ” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
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.
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
Tender Details
- Reference Number
- cb-698-67266731
- Solicitation Number
- W6369-26-X048
- Publication Date
- Mar 23, 2026
- Closing Date
- Apr 10, 2026
- Procurement Method
- Competitive - Selective tendering
- Selection Criteria
- Highest Combined Rating of Technical Merit and Price
- Notice Type
- Request for Proposal