TBIPS - Professional Services Support for Cyber Research and Development

Status Awarded

Contract number W6369-25-X013/A

Contract value :

CAD 1,589,910.00

Solicitation number W6369-25-X013/A

Publication date

Contract award date


    Description
    This contract was awarded to:
    Experis Canada Inc.

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    for
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    This requirement is for the Department of National Defence.
    This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1 under the National Capital Region, level of expertise and for the following categories:

    A.7 Programmer/Analyst, Level 2
    A.1 Application/Software Architect, Level 3
    T.8 Radio Frequency Engineer, Level 2
    C.14 Information Technology Security R&D Specialist, Level 3
    C.11. Information Technology Security Vulnerability Analysis Specialist, Level 3
    C.11. Information Technology Security Vulnerability Analysis Specialist, Level 2

    The requirement is intended to result in the award of one (1) contract.
    The following SA Holders have been invited to submit a proposal:
    49 Solutions Inc.
    9468269 Canada Corp.
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc.
    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    Akkodis Canada Inc.
    Amyantek Inc
    Calian Ltd.
    EMINENT SYSTEMS INC.
    EXPERIS CANADA INC.
    IBISKA Telecom Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Maverin Business Services Inc.
    Maverin Inc.
    Newfound Recruiting Corporation
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    Quallium Corporation
    S.I. SYSTEMS ULC
    Teambuilder Consulting Inc.
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    The AIM Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    TPG Technology Consulting Ltd.
    Tundra Technical Solutions Inc

    Description of the Requirement:

    The objective of this requirement is to establish a Task Authorization Contract to provide professional and technical service support on an “as and when required” basis for new and on-going research and development activities in cyber operations.

    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 #W6369-25-X013 applies
    Minimum Corporate Security Required: Facility Security Clearance – Secret
    Minimum Resource Security Required: Secret
    Document Safeguarding Security Level Required: Not applicable
    Special comments:
    There is no incumbent contractor performing similar services nor has there been one in the past 24 months.

    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 shall be from the date of Contract Award to two years later.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be:

    500 days for the Programmer/Analyst, Level 2
    200 days for the Application/Software Architect, Level 3
    350 days for the Radio Frequency Engineer, Level 2
    200 days for the Information Technology Security R&D Specialist, Level 3
    500 days for the Information Technology Security Vulnerability Analysis Specialist, Level 3
    200 days for the Information Technology Security Vulnerability Analysis Specialist, Level 2

    Contracting Authority Information:

    File Number: W6369-25-X013/A
    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: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca

    Business address

    1565 Carling Avenue, Suite 201

    Ottawa, Ontario, K1Z 8R1
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity code
    Array
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 24 month(s), from 2026/04/09 to 2028/04/14.

    Commodity - UNSPSC

    • 81110000 - Computer services

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Department of National Defence (DND)
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Rogelio Orsetti
    Phone
    (613) 715-0853
    Email
    Rogelio.Orsettipetrocelli@forces.gc.ca