I.9 Systems Administrator - level 3

Solicitation number W3330-25-353

Publication date

Closing date and time 2025/07/07 14:00 EDT

Last amendment date


    Description

    This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under “Tier 1” (= $0 - $3.75M) and under the stated consultant category, region or metropolitan area and level of expertise for the following category: I.9 Systems Administrator - level 3

    The requirement is intended to result in the award of one (1) contract.
    The following SA Holders have been invited to submit a proposal:
    1. Acosys Consulting Services Inc.
    2. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    3. Adirondack Information Management Inc.
    4. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    5. ADRM Technology Consulting Group Corp.
    6. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    7. Advanced Chippewa Technologies Inc.
    8. Alika Internet Technologies Inc.
    9. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    10. ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
    11. Donna Cona Inc.
    12. DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    13. Factr Limited
    14. IPSS INC.
    15. MAKWA Resourcing Inc.
    16. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    17. Malarsoft Technology Corporation
    18. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    19. Maverin Business Services Inc.
    20. Maverin Inc.
    21. MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    22. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    23. NATTIQ INC.
    24. Nisha Technologies Inc.
    25. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    26. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    27. Prologic Systems Ltd.
    28. Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    29. Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    30. Symbiotic Group Inc.
    31. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    32. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    33. Turtle Island Staffing Inc.
    34. Turtle Technologies Inc.

    Description of the Requirement:

    The Contractor’s resource is responsible to ensure the availability and performance of the SharePoint 2019 and higher farm, perform routine maintenance and updates to keep the farm up to date and secure and provide technical support and assistance to users and stakeholders. The resource will collaborate with management to implement and enforce SharePoint best practices and governance policies.
    Security:
    There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial 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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

    Level of Security Requirement:

    Security Requirement: Common PS SRCL #19 applies
    Minimum Corporate Security Required: Secret Status
    Minimum Resource Security Required: Secret Status
    Special comments:
    This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual

    Applicable Trade Agreements:

    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

    Proposed period of contract:

    The proposed period of contract shall be from 4 August 2025 to 20 May 2026.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 200 days.

    Contracting Authority Information:

    File Number: W3330-25-353

    Contracting Authority: Yevgeniy Kozlov

    E-Mail: DSGContracts-ContratsGSN@forces.gc.ca

    Inquiries:

    Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.

    Debriefings:

    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 9 month(s), with a proposed start date of 2025/08/04.

    Trade agreements

    • Please refer to tender description or tender documents

    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
    Contact information

    Contracting organization

    Organization
    Department of National Defence (DND)
    Address

    60 Moodie Drive

    Ottawa, Ontario, K2H 8G1
    Canada
    Contracting authority
    Liam O'Toole
    Phone
    (613) 794-8299
    Email
    DSGContracts-ContratsGSN@forces.gc.ca
    Address

    60 Moodie Drive

    Ottawa, Ontario, K2H 8G1
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    9 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.