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.

Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, April 17 from 7:00 pm until 11:00 pm (EDT)

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)

CANCELLED - Enterprise Architect - Level 3

Solicitation number W8485-269064/001/A

Publication date

Closing date and time 2026/02/16 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    TO ENABLE FACILIATION OF A SIGNIFICANT CHANGE IN THE REQUIREMENT, THE SOLICITATION # W8485-269064/001/A IS HEREBY CANCELLED.

    This requirement is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Services (TBIPS).

    TASK BASED EN578-170432/B PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-269064/001/A
    TIER 1 (< $3.75M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the:

    - Stream 5: Project Management Services

    for the services of:

    - One (1) P.2. Enterprise Architect (Senior, Level 3)

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two and a half (2.5) years, with zero option periods.

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM ((https://canadabuys.canada.ca/en/tender-opportunities).
    Location of Work to be Performed

    Region(s): National Capital Region
    Specific Location(s): 101 Colonel By Drive, Ottawa, ON

    Security Requirement

    Security Requirements Check List: Common PS SRCL #20
    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.

    File Number: W8485-269064/001/A
    DND POC: Keigan (KS) Buffett
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence (DND), requires one (1) Senior Enterprise Architect to support the Operational Training Infrastructure Enterprise Modernization (OTIEM) project team by producing Strategic Views (Strat V), Operational Views (OV), Capability Views (CV), and Systems Views (SV). The work will require the contractor to elicit the necessary information from existing project documents and OTIEM project staff to build the models and decision support tools to further develop technical and project documents.

    Documents may be submitted in either official language of Canada.

    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) at: RCNMDAI.-NCRIMOS@tpsgc-pwgsc.gc.ca.

    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-ca….

    List of Pre-Qualified Suppliers

    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, region and tier:

    1. 1511995 Ontario Limited, iPSS inc., Epi-Use Now Inc., in JV
    2. 2toLead Limited
    3. 4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    4. 4Plan Consulting Corp.
    5. 7 Theta Inc
    6. A Hundred Answers Inc.
    7. A. Net Solutions Inc.
    8. Accenture Inc.
    9. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    10. Adirondack Information Management Inc., Entrust Limited, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    11. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    12. Akkodis Canada Inc.
    13. Aligned Si Corp
    14. Alika Internet Technologies Inc., LNine Consulting Inc. in Joint Venture
    15. ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    16. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    17. Amazon Web Services Canada, Inc.
    18. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    19. Archipelago Alliance Inc.
    20. ARCTIQ CANADA INC.
    21. Attain Insight Solutions Inc.
    22. Bayleaf Software Inc
    23. Beyond Technologies Consulting Inc.
    24. BP & M Government IM & IT Consulting Inc.
    25. Breckenhill Inc.
    26. BRYCA Solutions Inc.
    27. Bulletproof Solutions ULC
    28. BurntEdge Incorporated
    29. CACHE COMPUTER CONSULTING CORP., SYSTÈMES SYNTAX LTÉE / SYNTAX SYSTEMS LTD, in Joint Venture
    30. Calian Ltd.
    31. Captiva Consulting Inc.
    32. CDW Canada Corp.
    33. Cistel Technology Inc.
    34. CloseReach Ltd.
    35. Cofomo Inc.
    36. Compugen Incorporated
    37. Confluence Consulting Inc.
    38. Convergence Concepts Inc.
    39. CoreTracks Inc.
    40. CSI Consulting Inc.
    41. CVL INFORMATION SOLUTIONS INC.
    42. Dare Human Resources Corporation
    43. DECISIVE GROUP INC.
    44. Deloitte Inc.
    45. DFFRNT Inc.
    46. Dimensional Strategies Inc.
    47. Dolomite Networks Corporation
    48. Donna Cona Inc.
    49. Eagle Professional Resources Inc.
    50. Eclipsys Solutions Inc
    51. Ernst & Young LLP
    52. Etico, Inc.
    53. Factr Limited
    54. Fifalde Consulting Inc.
    55. Four Point Solutions Ltd.
    56. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    57. General Dynamics Land Systems – Canada Corporation
    58. HubSpoke Inc.
    59. IBISKA Telecom Inc.
    60. IBM Canada Limited/IBM Canada Limitée
    61. Integra Networks Corporation
    62. IT/Net - Ottawa Inc.
    63. Juno Risk Solutions Incorporated
    64. Le Groupe Conseil Bronson Consulting Group
    65. Leverage Technology Resources Inc.
    66. LNine Consulting Inc.
    67. Malarsoft Technology Corporation
    68. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    69. Maverin Inc.
    70. MDOS CONSULTING INC.
    71. Metaflow Inc.
    72. MGIS Inc.
    73. Mindstream Training Center and Professional Services Bureau, Inc
    74. Mindwire Systems Ltd.
    75. MNP LLP
    76. Myticas Consulting Inc.
    77. Naut'sa mawt Resources Group, Inc.
    78. New Technologies Inc.
    79. New Value Solutions Group Inc.
    80. Norconex Inc.
    81. Northern Micro Inc.
    82. OnX Enterprise Solutions Ltd.
    83. OpenFrame Technologies, Inc.
    84. Orangutech Inc.
    85. OXARO INC.
    86. Palantir Technologies Canada Inc.
    87. Pleiad Canada Inc.
    88. Procom Consultants Group Ltd.
    89. Prologic Systems Ltd.
    90. Prompta Inc.
    91. Robertson & Company Ltd.
    92. S.I. SYSTEMS ULC
    93. Scalian Inc.
    94. Slalom Consulting ULC
    95. SnapSEARCH Inc.
    96. Sonovision Canada Inc.
    97. Spaghetti Logic Inc.
    98. Spearhead Management Canada Ltd.
    99. Staffmax Staffing & Recruiting Corp.
    100. SYLOGIX CONSULTING INC.
    101. Systemscope Inc.
    102. TAG HR The Associates Group Inc.
    103. Talencity Inc.
    104. Tato Recruiting Inc.
    105. TECSIS Corporation
    106. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    107. The AIM Group Inc.
    108. The Barrington Consulting Group Inc.
    109. Thomas&Schmidt Inc.
    110. ThoughtStorm Incorporated
    111. Transatlantic Business Consulting Inc.
    112. Turtle Technologies Inc.
    113. Unisys Canada Inc.
    114. Valcom Consulting group Inc.
    115. Vantix Systems Inc.

    Contract duration

    The estimated contract period will be 30 month(s).

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence (DND)
    Address

    101 Colonel By Drive

    Ottawa, ON, K1A 0K2
    CANADA
    Contracting authority
    Keigan (KS) Buffett
    Phone
    (819) 939-3118
    Email
    keigan.buffett@forces.gc.ca
    Fax
    (819) 939-5076
    Address

    101 Colonel By Drive

    Ottawa, ON, K1A 0K2
    CANADA
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Unspecified
    Contract duration
    30 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: