ULTools Bridging

Solicitation number W8485-TBIPS2024-06

Publication date

Closing date and time 2024/06/21 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

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

    TASK BASED EN578-170432, PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TBIPS2024-06
    TIER 2 (> $3.75M)

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

    This requirement is for:

    • Stream 1: Applications Services
    • Stream 4: Business Services
    • Stream 5: Project Management Services

    For the services of:

    • One (1) B.6 Business Systems Analyst – Level 3
    • One (1) B.6 Business Systems Analyst – Level 2
    • One (1) P.11 Quality Assurance Specialist/Analyst – Level 3
    • Two (2) A.7 Programmer Analyst – Level 3
    • One (1) B.1 Business Analyst – Level 3
    • Two (2) B.1 Business Analyst – Level 2

    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for nineteen months (19) months, plus one (1) irrevocable option period of 6 months allowing Canada to extend the term of the Contract.

    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): 455 Boulevard de la Carrière, Gatineau, QC

    Security Requirement

    Security Requirements Check List: Secret
    Supplier Security Clearance required: FSC - Secret
    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days per year.

    Estimated time frame of contract: 22 August 2024 to 31 March 2026 plus one (1) irrevocable option period of 6 months.

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TBIPS2024-06
    DND POC: Khan Check
    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence (DND) has a requirement for the continued provision of maintenance and support services for the ULTools application. The maintenance and support services include maintenance releases, software error correction, software documentation, the software and support services (e.g., help desk support) for the duration of the contracted support period.

    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, security level, region and tier:

    1. 01 Millennium Consulting Inc.
    2. 1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture
    3. 4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    4. 529040 ONTARIO INC and 880382 ONTARIO INC
    5. Accenture Inc.
    6. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    7. ADGA Group Consultants Inc.
    8. Adirondack Information Management Inc.
    9. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    10. ADRM Technology Consulting Group Corp.
    11. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    12. Akkodis Canada Inc.
    13. ALITHYA CANADA INC
    14. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    15. Altis Recruitment & Technology Inc.
    16. Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE
    17. BDO Canada LLP
    18. Benchmark Corp
    19. Beyond Technologies Consulting Inc.
    20. Bits In Glass Inc.
    21. Cache Computer Consulting Corp.
    22. CACHE COMPUTER CONSULTING CORP., Beyond Technologies Consulting Inc. Solutions Beyond Technologies Inc., in Joint Venture
    23. Calian Ltd.
    24. CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    25. CGI Information Systems and Management Consultants Inc.
    26. Cistel Technology Inc.
    27. CloseReach Ltd.
    28. CloseReach Ltd., SnapSearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., IN JOINT VENTURE
    29. Cofomo Inc.
    30. COMPUTACENTER CANADA INC.
    31. CSI Consulting Inc.
    32. CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    33. Dare Human Resources Corporation
    34. Deloitte Inc.
    35. DLS Technology Corporation
    36. Donna Cona Inc.
    37. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    38. Eagle Professional Resources Inc.
    39. Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV
    40. Ernst & Young LLP
    41. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    42. eVision Inc., SoftSim Technologies Inc. in Joint Venture
    43. EXPERIS CANADA INC.
    44. FreeBalance Inc.
    45. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    46. General Dynamics Land Systems – Canada Corporation
    47. GREEN LIGHT CONSULTING SOLUTIONS INC.
    48. GSI International Consulting Inc.
    49. I.M.P. Group Limited
    50. I4C INFORMATION TECHNOLOGY CONSULTING INC
    51. IBISKA Telecom Inc.
    52. iFathom Corporation
    53. IPSS INC.
    54. iPSS inc. / Long View Systems Corporation, in Joint Venture
    55. IT/Net - Ottawa Inc.
    56. IT/NET OTTAWA INC, KPMG LLP, in joint venture
    57. KPMG LLP
    58. Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
    59. Le Groupe Conseil Bronson Consulting Group
    60. Leo-Pisces Services Group Inc.
    61. Leverage Technology Resources Inc.
    62. Levio Conseils Inc.
    63. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    64. Maplesoft Consulting Inc.
    65. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    66. Maverin Inc.
    67. MAXIMUS Canada Services, Inc.
    68. MDOS CONSULTING INC.
    69. Messa Computing Inc.
    70. MGIS Inc.
    71. Michael Wager Consulting Inc.
    72. Mindwire Systems Ltd.
    73. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    74. MNP LLP
    75. MNP LLP, NORTAK SOFTWARE LTD., in Joint Venture
    76. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    77. Myticas Consulting Inc.
    78. NavPoint Consulting Group Inc.
    79. Newfound Recruiting Corporation
    80. Nisha Technologies Inc.
    81. NRNS Incorporated
    82. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    83. OnX Enterprise Solutions Ltd.
    84. Orangutech Inc.
    85. PRECISIONERP INCORPORATED
    86. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    87. Pricewaterhouse Coopers LLP
    88. Primex Project Management Limited
    89. Procom Consultants Group Ltd.
    90. Prologic Systems Ltd.
    91. Promaxis Systems Inc
    92. Protak Consulting Group Inc.
    93. QMR Staffing Solutions Incorporated
    94. Quarry Consulting Inc.
    95. RAISE LIMITED
    96. Randstad Interim Inc.
    97. Raymond Chabot Grant Thornton Consulting Inc.
    98. Robertson & Company Ltd.
    99. S.I. SYSTEMS ULC
    100. Samson & Associés CPA/Consultation Inc
    101. SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture
    102. Sierra Systems Group Inc.
    103. SoftSim Technologies Inc.
    104. Solutions Moerae Inc
    105. Sundiata Warren Group Inc.
    106. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    107. Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.
    108. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    109. Systemscope Inc.
    110. T.E.S. Contract Services INC.
    111. TAG HR The Associates Group Inc.
    112. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    113. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    114. The AIM Group Inc.
    115. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    116. The Halifax Computer Consulting Group Inc.
    117. The KTL Group, Inc.
    118. The VCAN Group Inc.
    119. Thinking Big Information Technology Inc.
    120. Thomas&Schmidt Inc.
    121. TPG Technology Consulting Ltd.
    122. TRM Technologies Inc.
    123. Tundra Technical Solutions Inc
    124. Turtle Technologies Inc.
    125. Valcom Consulting group Inc.
    126. WorldHire Inc
    127. Zernam Enterprise Inc

    Contract duration

    The estimated contract period will be 19 month(s), with a proposed start date of 2024/08/22.

    Trade agreements

    • 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

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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 Dr

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Khan Check
    Phone
    819939-5741
    Email
    khan.check2@forces.gc.ca
    Address

    101 Colonel By Dr

    Ottawa, Ontario, 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
    Gatineau
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    19 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: