TBIPS SA – One (1) Application/Software Architect, Level 3

Status Awarded

Contract number W6399-21-LF47/001/SF

Solicitation number W6399-21-LF47/A

Publication date

Contract award date

Contract value

CAD 341,938.00

    Description

    This contract was awarded to:

    7 Theta Inc.

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W6399-21-LF47/A

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of One (1) Application/Software Architect, Level 3, under Stream 1, Applications Services. The intent of this solicitation is to establish one (1) Contract for one (1) initial year, with the option to extend the term of the Contract by up to four (4) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Service (TBIPS) Supply Arrangement (SA) number EN578-170432.

    Documents may be submitted in either official language of Canada.

    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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).

    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC).

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services.

    List of Pre-Qualified Suppliers :

    This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    1019837 Ontario Inc.

    1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture

    2Keys Corporation

    7 Theta Inc

    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

    ALITHYA CANADA INC

    ALTRUISTIC INFORMATICS CONSULTING INC.

    C-CORE

    C3SA CYBERNETIC SECURITY AUDIT INC.

    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.

    Cofomo Ottawa

    Compusult Limited

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

    Conoscenti Technologies Inc.

    Coradix technology Consulting Ltd.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV

    Eagle Professional Resources Inc.

    EMINENT SYSTEMS INC.

    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

    HCM WORKS INC./HCM TRAVAIL INC.

    IBISKA Telecom Inc.

    IBM Canada Limited/IBM Canada Limitée

    IDS Systems Consultants Inc.

    Intergraph Canada Ltd

    IPSS INC.

    IT/Net - Ottawa Inc.

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

    KPMG LLP

    Lansdowne Technologies Inc.

    LNW Consulting Inc

    Louis Tanguay Informatique Inc.

    Lumina IT inc.

    Maplesoft Consulting Inc, Momentum Technologies inc.,Raymond Chabot Grant Thornton S.E.N.C.R.L., IN JOINT VENTURE

    Maplesoft Consulting Inc.

    Maverin Inc.

    MaxSys Staffing & Consulting Inc.

    MDA Systems Ltd.

    Michael Wager Consulting Inc.

    Mindwire Systems Ltd.

    Modis Canada Inc

    New Technologies Inc.

    Newfound Recruiting Corporation

    Nortak Software Ltd.

    NRNS Incorporated

    Object Network Inc.

    OpenFrame Technologies, 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.

    Raymond Chabot Grant Thornton Consulting Inc.

    RealIT Management Inc.

    RHEA INC.

    Rockwell Collins Canada Inc.

    S.I. SYSTEMS ULC

    SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture

    Sierra Systems Group Inc.

    SoftSim Technologies Inc.

    Solana Networks INC.

    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.

    TechWind Inc.

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    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.

    Tundra Technical Solutions Inc

    Unisys Canada Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    Vooban

    ADDITIONAL INFORMATION FOR BIDDERS

    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.

    Security Requirement:

    There are security requirements associated with this requirement:

    Supplier Security Clearance required: Top Secret

    Security Level required (Document Safeguarding): None

    Citizen Restriction: Canadian

    For additional information, consult Part 6 – Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

    Location of Work :

    Region: National Capital Region

    Specific Location: DND Facility in the National Capital Region

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Kelsey Lawrence

    Email: kelsey.lawrence2@forces.gc.ca

    The Crown retains the rights to negotiate with suppliers on any procurement.

    Business address
    13 Athena Way
    Ottawa, Ontario, K2G 6S1
    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
    Kelsey Lawrence
    Address
    455 Blvd de la Carriere
    Gatineau, QC, J8Y 6V7
    CA

    Buying organization(s)

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