W8482-168241 SBIPS Options Analysis Report for the Royal Canadian Navy

Status Awarded

Contract number W8482-168241/001/MAR

Solicitation number W8482-168241

Publication date

Contract award date

Contract value

CAD 83,536.38

    Description

    This contract was awarded to:

    CAE Inc.

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the Information Management/Business Intelligence  Stream.

    The following SA Holders have been invited to submit a proposal:

    Accenture Inc.

    ADGA Group Consultants Inc.

    AMS Imaging Inc.

    CAE Inc.

    Canadian Development Consultants International Inc.

    CGI Information Systems and Management Consultants Inc.

    Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.

    Coradix technology Consulting Ltd.

    Deloitte Inc.

    Emerion

    Ernst & Young LLP

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    General Dynamics Canada Limited

    Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie

    IBM Canada Ltd.

    iFathom Corporation

    IT/Net - Ottawa Inc.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture

    KPMG LLP

    MDA Systems Ltd.

    Microsoft Canada Inc.

    Modis Canada Inc

    Pricewaterhouse Coopers LLP

    SAS Institute (Canada) Inc.

    Thales Canada Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    TRM Technologies Inc.

    Unisys Canada Inc.

    Description of Work:

    The Department of National Defence (DND) and specifically the Royal Canadian Navy (RCN), requires an Options Analysis report in order to provide an analysis of solutions and recommendations to identify the infrastructure and architecture to support future RCN Command and Control (C2) requirements. This report will provide advice on current, emerging and future IM/IT technologies to support RCN strategic requirements to the year 2030, both ashore and afloat. The report is required no later than 31 March 2017.

    Security Requirement: Common PS SRCL #25 applies

    Minimum Corporate Security Required: Secret

    Minimum Resource Security Required: Secret

    Contract Authority

    Name: Raechel Allen

    Phone Number: 819-939-3802

    Email Address: MAT.DMarP3BidReceiving-DOMar3ReceptiondesSoumissions@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: SolutionsBased Informatics Professional Services (SBIPS) 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
    1135 Innovation Drive
    Kanata, Ontario, K2K 3G7
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D302A - Informatics Professional Services
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Allen, Raechel
    Phone
    819-939-3802

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada