TBIPS-SA: B.2 Business Architect; B.7 Business Transformation Architect; P.1 Change Management Consultant
Status Awarded
Contract number 2B0KBQ0368
Solicitation number R000107194
Publication date
Contract award date
Contract value
Status Awarded
Contract number 2B0KBQ0368
Solicitation number R000107194
Publication date
Contract award date
Contract value
This contract was awarded to:
Reference Number:
R000107194
Solicitation Number:
R000107194
Organization Name:
Shared Services Canada
Solicitation Date:
2022-01-14
Closing Date:
2022-02-14 02:00 PM Eastern Daylight Saving Time EDT
Anticipated Start Date:
2022-05-01
Estimated Delivery Date:
2026-06-31
Estimate Level of Effort:
20 days per resource, monthly
Contract Duration:
The contract period will be for two (2) years from the date of contract, plus two (2) x 1-yr options.
Solicitation Method:
Selective
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
Two (2) contracts
Requirement Details
Tendering Procedure: Selective Tendering
This procurement is set aside for Aboriginal Business under the federal government’s Set-Aside Program for Aboriginal Business.
This requirement is open only to those Aboriginal Business TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following category:
·B.2 Business Architect – Level 3, 2, 1
·B.7 Business Transformation Architect – Level 3, 2, 1
The following SA Holders have been invited to submit a proposal:
1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture
1511995 Ontario Limited, ipss inc., in jv
ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE
ADRM Technology Consulting Group Corp.
ADRM Technology Consulting Group Corp. and Randstad Interim Inc
Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
Donna Cona Inc.
DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
IPSS INC.
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
Maverin Inc.
NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT VENTURE
Nisha Technologies Inc.
Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE
Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
Description of Work:
Background:
SSC’s Chief Technology Officer Branch, Enterprise Architecture, Architecture Centre of Excellence; has a mandate to provide Innovation and Architecture oversight across SSC’s services, transformation plans and projects. The Architecture Centre of Excellence translates SSC strategic business requirements into a set of guiding principles and reference architectures that describe the current and target vision of the enterprise in order to meet Partners’ and the Government of Canada’s strategic objectives.
General Role and Responsibilities:
Security Requirement:
Minimum Corporate Security Required: FSC - Secret
Minimum Resource Security Required: Secret
Contract Authority
Name: Sasha Cesaratto
Phone Number: 613-291-4579
Email Address: sasha.cesaratto@ssc-spc.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
Refer to the description above for full details.