TBIPS - One (1) Level 3 Application/Software Architect

Status Awarded

Contract number W6369-19-X005

Solicitation number W6369-19-X005

Publication date

Contract award date

Contract value

CAD 214,700.00

    Description

    This contract was awarded to:

    Flex Tech Services Inc.

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

    GSIN: D302A – INFORMATICS PROFESSIONAL SERVICES

    Reference Number: W6369-19-X005

    Solicitation Number: W6369-19-X005

    Organization Name: Department of National Defence – Director Services Contracting 4

    Solicitation Date: 04 July 2018

    Closing Date: 20 July 2018, 02:00 PM Eastern Daylight Time (EDT)

    Anticipated Start Date: Date of Contract Award

    Estimated Delivery Date: N/A

    Estimate Level of Effort: 200 days

    Contract Duration: The contract period will be for approximately one (1) year from the date of contract award, with three (3) one-year option periods.

    Solicitation Method: Competitive

    Applicable Trade Agreements: WTO-AGP, NAFTA, CFTA, and CETA

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: One (1)

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories):

    One (1) Level 3 Application/Software Architect

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

    1019837 Ontario Inc. o/a Dynamic Personnel Consultants

    1728193 Ontario Inc

    2Keys Corporation

    Accenture Inc.

    Adecco Employment Services Limited/Services de placement Adecco Limited

    ADGA Group Consultants Inc.

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    AMITA Corporation

    C-CORE

    Cache Computer Consulting Corp.

    CAE Inc.

    Calian Ltd.

    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE

    CGI Information Systems and Management Consultants Inc.

    CloseReach Ltd.

    Cofomo Inc.

    Compusult Limited

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

    Conoscenti Technologies Inc.

    CoradixTechnology Consulting Ltd.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV

    Eagle Professional Resources Inc.

    Emerion

    Emtec Infrastructure Services Canada Corporation

    Ernst & Young LLP

    ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Excel Human Resources Inc.

    Flex Tech Services Inc.

    FreeBalance Inc.

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

    General Dynamics Land Systems – Canada Corporation

    Harrington Marketing Limited

    IBISKA Telecom Inc.

    IBM Canada Limited/IBM Canada Limitée

    IDS Systems Consultants Inc.

    Intergraph Canada Ltd

    IT/Net - Ottawa Inc.

    Lansdowne Technologies Inc.

    Louis Tanguay Informatique Inc.

    Lumina IT inc.

    Maplesoft Consulting Inc.

    MaxSys Staffing & Consulting Inc.

    MDA Systems Ltd.

    Michael Wager Consulting Inc

    Mindwire Systems Ltd.

    Modis Canada Inc

    New Technologies Inc.

    Nortak Software Ltd.

    NRNS Incorporated

    Object Network Inc

    OpenFrame Technologies, Inc.

    Phirelight Security Solutions Inc.

    PRECISIONERP INCORPORATED

    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE

    Pricewaterhouse Coopers LLP

    Procom Consultants Group Ltd.

    Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

    Proex Inc.

    Prologic Systems Ltd.

    Promaxis Systems Inc

    QMR Staffing Solutions Incorporated

    Quallium Corporation

    Randstad Interim Inc.

    Rockwell Collins Canada Inc.

    S.i. Systems Ltd.

    Sierra Systems Group Inc.

    Solana Networks INC.

    Somos Consulting Group Ltd.

    Spaghetti Logic Inc.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    Systemscope Inc.

    T.E.S. Contract Services INC.

    TAG HR The Associates Group Inc.

    Thales Canada Inc.

    The AIM Group Inc.

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

    The Devon Group Ltd.

    The Halifax Computer Consulting Group Inc.

    The KTL Group, Inc.

    Tiree Facility Solutions Inc.

    TPG Technology Consulting Ltd.

    Trillys Systems inc.

    TRM Technologies Inc.

    Unisys Canada Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    Description of Work:

    The Department of National Defence (DND), specifically Canadian Forces Intelligence Command (CFINTCOM), requires the professional services of one (1) Application/Software Architect, Level 3 to support the work being conducted under the Director of Intelligence Information Management (D Int IM). 

    Security Requirement: Custom SRCL - W6369-19-X005 applies

    Minimum Corporate Security Required: Top Secret

    Minimum Resource Security Required: Top Secret SIGINT

    Contracting Authority

    Name: Jeremy Quattrocchi

    Phone Number: 819-939-4282

    E-Mail Address: Jeremy.Quattrocchi@forces.gc.ca

    Enquiries

    Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. 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
    172 West Village
    Ottawa, Ontario, K1Z 1 E3
    Procurement method
    Competitive – Selective Tendering
    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
    Quattrocchi, Jeremy
    Phone
    819-939-4282
    Address
    101 Colonnel By
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

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