R138032- Architecture Task-based and Informatics Professional Services

Solicitation number R138032

Publication date

Closing date and time 2023/06/22 14:00 EDT

Last amendment date


    Description

    Shared Services Canada – Task-Based and Informatics Professional Services (TBIPS) – Tier 2 – Architecture Task-based and Informatics Professional Services.

    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 TBIPS EN578-170432 Indigenous

    Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following categories:

    • I.11 Technology Architect Level 3 (100 resources per year)
    • I.11 Technology Architect Level 2 (20 resources per year)
    • I.10 Technical Architect Level 3 (25 resources per year)
    • I.10 Technical Architect Level 2 (5 resources per year)
    • P.2 Enterprise Architect Level 3 (15 resources per year)
    • P.2 Enterprise Architect Level 2 ( 5 resources per year)

    SSC intends to award three (3) contract (s) each for two (2) years, plus two (2) options years. SSC estimates 220 days per resource.

    The following SA Holders have been invited to submit a proposal:

    1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture
    Acosys Consulting Services Inc.
    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    Alika Internet Technologies Inc.
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    Donna Cona Inc.
    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    Maverin Inc.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    NATTIQ INC.
    Nisha Technologies Inc.
    Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    SEASI Consulting Inc.
    Symbiotic Group Inc.
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    Turtle Technologies Inc.
    VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture

    Security Requirement:
    Minimum Corporate Security Required: Secret-level Facility Security Clearance

    Contract Authority
    Name: Dana Hemmings
    Phone Number: 343-549-4735
    Email Address: dana.hemmings@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

    Thank you,

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2023/09/29.

    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)
    • 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
    Shared Services Canada (SSC)
    Address

    400 Cooper St

    Otawa, Ontario, K2P 2N1
    Canada
    Contracting authority
    Dana Hemmings Hemmings
    Phone
    (343) 549-4735
    Email
    dana.hemmings@ssc-spc.gc.ca
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN and FR 4 2023/06/16
    001 EN and FR 5 2023/05/26
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price