Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

TBIPS NPP - W6369-24-P5PP/A

Solicitation number W6369-24-P5PP/A

Publication date

Closing date and time 2024/11/04 14:00 EST

Last amendment date


    Description

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:

    Five (5) Level 3 - T.6 - Telecommunication System Specialists

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

    1. ADGA Group Consultants Inc.
    2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc. The AIM Group
    Inc., in JOINT VENTURE
    3. Calian Ltd.
    4. CONNEX TELECOMMUNICATIONS INC.
    5. Fleming Communications Inc.
    6. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In JOINT VENTURE
    7. Maverin Inc.
    8. Messa Computing Inc.
    9. Michael Wager Consulting Inc.
    10. OILAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT
    VENTURE
    11. Prologic Systems Ltd. And Maplesoft Consulting Inc. in JV
    12. Rockwell Collins Canada Inc.
    13. The AIM Group Inc.
    14. TPG Technology Consulting Ltd.
    15. Valcom Consulting group Inc.
    16. ADRM Technology Consulting Group Corp.
    17. S.I. SYSTEMS ULC
    18. TRM Technologies Inc.
    19. Promaxis Systems Inc.

    Description of Work:

    The Department of National Defence (DND) has a requirement for information technology (IT) professional services for five (5) Telecommunication System Specialist level 3 working from various locations across Canada.
    - Bidders must submit a bid for all resource categories.
    - The work is currently being performed by Valcom Consulting Group Inc. under contract (value $9,289,068.59).

    Security Requirement:
    Access to Controlled Goods (Block 5a): Yes
    Access Required (Block 6): Yes, PROTECTED and/or CLASSIFIED information
    or assets
    Information Type (Block 7a): Canada
    Highest Level of Information (Block 7c): SECRET
    Highest Personnel Security (Part B): SECRET

    Minimum Corporate Security Required: Facility Security Clearance (FSC) - Secret
    Minimum Resource Security Required: Secret Status

    Contracting Authority

    Name: Jerrica Warren
    E-Mail Address: Jerrica.Warren@forces.gc.ca

    Enquiries

    Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named
    above. 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 “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.

    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.

    Contract duration

    The estimated contract period will be 24 month(s).

    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)

    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
    Address

    60 Moodie Dr

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Jerrica Warren
    Phone
    (343) 550-1337
    Email
    Jerrica.Warren@forces.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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001 EN 11
    001 FR 0
    001 EN 60
    001 FR 2

    Access the Getting started page for details on how to bid, and more.

    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
    Canada
    ,
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price

    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: