Maintenance on CanadaBuys 

The SAP Ariba will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • SAP Ariba on Saturday, March 15 from 8:00 pm until 11:59 pm (Eastern Time)    

AFCCIS Capability Enhancement

Status Awarded

Contract number W8485-258160/001/RCS

Solicitation number W8485-258160/A

Publication date

Contract award date

Contract value

CAD 7,055,601.84

    Description
    This contract was awarded to:
    S.i. Systems

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
    Reference Number: 0180 Solicitation Number: W8485-258160/A
    Organization Name: Department of National Defence – Directorate Aerospace Procurement 7 – Radar and Communication Systems Support
    Solicitation Date: 2024-23-07 Closing Date: 2024-14-08 02:00 PM Eastern Daylight Savings Time (EDT)

    Anticipated Start Date: 2025-01-04
    Estimated Delivery Date: 2026-31-07 Estimate Level of Effort: 320 days per resource
    Contract Duration: The contract period will be for a 16-month period.
    Solicitation Method: Competitive Applicable Trade Agreements: 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-Honduras Free-Trade Agreement, 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), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1

    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following category(ies):

    CATEGORY LEVEL OF EXPERTISE NUMBER OF RESOURCES REQUIRED
    A.1 Application/Software Architect Level 2 1
    I.11 Technology Architect Level 2 4
    I.11 Technology Architect Level 3 8
    All qualified SA Holders have been invited to submit a proposal.
    Description of Work:
    The purpose of this Statement of Work (SOW) is to define the scope and deliverables that apply to the provision of professional services in development, engineering and delivery of Air Force Command and Control Information Systems (AFCCIS), as directed by the Royal Canadian Air Force (RCAF) through the AFCCIS Program of Work. AFCCIS hosts numerous capabilities for the RCAF, including the Electronic Flight Bag, data center functionality, and other command and control related functions. Such services also include information technology infrastructure (ITI) engineering and program support, hardware and software life cycle material management and in-service support to complement the expertise of core Department of National Defence (DND) staff from the Director Aerospace Equipment Program Management - Radar & Communications Systems (DAEPM(R&CS)) within the Materiel Group.
    The AFCCIS Systems Engineering and Capability Enhancement resources will provide system engineering support, design, and integration conducted throughout the life cycle of the capabilities defined within the AFCCIS program. This involves the provision of support and software development for tactical and operational levels applications including unit level applications, planning software, force generation software, as well as mission and flight planning software.
    Bidders must submit a bid for all resource categories.
    A portion of the work is currently being performed under contract(s) W8485-205588/001/IPS and W8485-205588/002/IPS with S.I. Systems ULC.
    Security Requirement: Please see SRCL in the attached solicitation.
    Minimum Corporate Security Required: NATO SECRET
    Minimum Resource Security Required: Multiple – Please see SRCL.
    Contract Authority
    Name: Joey Patton
    Phone Number: 613-797-1726
    Email Address: joey.patton@forces.gc.ca

    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.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.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca

    Business address

    Suite 2200, 112 Kent Street

    Ottawa, Ontario , K2P 5P2
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    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 16 month(s), from 2025/04/01 to 2026/07/31.

    Commodity - UNSPSC

    • 81160000 - Information Technology Service Delivery

    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
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A 0C7
    Canada
    Contracting authority
    Monique Thompson
    Phone
    (819) 939-4563
    Email
    monique.thompson@forces.gc.ca
    Address

    101 Colonel By Drive

    Ottawa, Ontario, K1A OK2
    Canada
    Date modified: