Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

SAP Ariba system maintenance

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

  • Saturday, April 18 from 8:00 pm until 11:59 pm (EDT)

TBIPS - Real Property Spatial Data Warehouse - Building and Site Infra Data

Status Awarded

Contract number W6369-25-X026

Contract value :

CAD 595,555.20

Solicitation number W6369-25-X026

Publication date

Contract award date


    Description
    This contract was awarded to:
    Altis Recruitment & Technology 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 region / metropolitan area, level of expertise and for the following category:

    G.2 Geomatics Specialist, Level 2 – National Capital Region

    The requirement is intended to result in the award of one contract.
    The following SA Holders have been invited to submit a proposal:
    1019837 Ontario Inc.
    7 Theta Inc
    8513929 Canada Inc., GOGEOMATICS INC., in Joint Venture
    9468269 Canada Corp.
    Accenture Inc.
    Adecco Employment Services Limited/Services de placement Adecco Limited
    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.
    Alika Internet Technologies Inc.
    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    Altis Recruitment & Technology Inc.
    Amyantek Inc
    ARTEMP PERSONNEL SERVICES INC
    C-CORE
    CGI Information Systems and Management Consultants Inc.
    Cofomo Inc.
    Compass Analytics Services Inc.
    Compusult Limited
    CVL INFORMATION SOLUTIONS INC.
    Deloitte Inc.
    DLS Technology Corporation
    DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    eNet4S Software Solutions Ltd., Entaros Inc. IN JOINT VENTURE
    ESRI Canada Limited
    EXPERIS CANADA INC.
    Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    General Dynamics Land Systems – Canada Corporation
    Green PI Inc
    GSI International Consulting Inc.
    H2 ANALYTICS INC.
    Holonics Inc.
    IBM Canada Limited/IBM Canada Limitée
    IIC Technologies Inc.
    INDIXIO INC.
    INTERGRAPH CANADA ULC.
    IT/Net - Ottawa Inc.
    Kongsberg Geospatial Ltd.
    KPMG LLP
    LE GROUPE SYGIF INC.
    Lim Geomatics Inc.
    Malarsoft Technology Corporation
    Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    Maverin Business Services Inc.
    Maverin Inc.
    MaxSys Staffing & Consulting Inc.
    MGIS Inc.
    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    Michael Wager Consulting Inc.
    MRF Geosystems Corporation
    New Technologies Inc.
    Newfound Recruiting Corporation
    NTT DATA CANADA, INC.
    Pacific Geomatics Limited
    Pricewaterhouse Coopers LLP
    Procom Consultants Group Ltd.
    Prologic Systems Ltd.
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
    Protak Consulting Group Inc.
    QSP Geographics Inc.
    Refractions Research Inc
    Reticle Ventures Canada Incorporated
    S.I. SYSTEMS ULC
    SoftSim Technologies Inc.
    Solutions Consortech Inc.
    Solutions Moerae Inc
    Stantec Consulting Ltd.
    T.E.S. Contract Services INC.
    TAG HR The Associates Group Inc.
    Teambuilder Consulting Inc.
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    TECSIS Corporation
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    Trailmark Systems Inc.
    TRM Technologies Inc.
    Tundra Technical Solutions Inc
    Turtle Technologies Inc.
    VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture
    WSP CANADA INC.

    Description of the Requirement:

    Description of Work:
    The Assistant Deputy Minister (Infrastructure & Environment) – ADM(IE) requires the professional services of the above-mentioned resources to fulfill the objectives of the Building Data and Land Infrastructure Programs.

    Buildings Program

    ADM(IE) requires one Geomatics Specialist – Level 2 to support the objective of the Buildings data program. The contractor will enable the Building Program to achieve the following:
    • Provide expertise to compile, analyze and validate real property building information
    • Transform and standardize existing spatial data, and load into the Real Property Spatial Data Warehouse (RPSDW).
    • Create standardized spatial data if needed, and load into the RPSDW.

    Land Infrastructure Program

    ADM(IE) requires one Geomatics Specialist – Level 2 to transform existing utility data from GIS, AutoCAD (Plain or Civil 3D), electronic or hard copy format into a standardized spatial format.

    Civil infrastructure and utility information gathered from DND sites will need to be transformed into standardized spatial data, in accordance with the following standards:

    • Utilities Schema: consists of a standard list of attributes that are to be captured for each utility system component, and includes inventory, operation and maintenance, context and assessment data.
    • Identification and Segmentation Rules: provides the standard naming and segmentation conventions for linear infrastructure.
    • ADM(IE) Geospatial Data Specification: describes spatial format and topological rules.

    The goal of this work is to produce standardized civil engineering and utility spatial data that is ready for upload to the RPSDW. This effort requires the knowledge of seasoned geospatial technologists with experience in municipal infrastructure projects and/or linear asset management using ESRI and Autodesk suite of software such as ArcGIS and Civil 3D. Because these resources are not available in-house, a contract to source geospatial technologist(s) is required.

    There is no incumbent contractor currently performing the services described above nor has there been a contractor providing similar services in the past 24 months.

    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: COMMON-PS-SRCL#6
    Minimum Corporate Security Required: Designated Organisation Screening (DOS) – Reliability
    Minimum Resource Security Required: Reliability Status
    Document Safeguarding Security Level Required: Not required
    Special comments:
    This procurement is subject to a preference for Indigenous businesses.

    This is an open 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 contract period will be from the date of contract award until two years later.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per resource per year.

    Contracting Authority Information:

    File Number: W6369-25-X026
    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

    102 Bank St. Suite 300

    Ottawa, Ontario, K1P 5N4
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive - Traditional
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 24 month(s), from 2026/01/05 to 2028/01/04.

    Commodity - UNSPSC

    • 81101512 - Geographic information system GIS 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
    000000000
    Email
    Rogelio.Orsettipetrocelli@forces.gc.ca
    Date modified: