NPP - TBIPS - BUSINESS SYSTEM ANALYST STREAM 4 B.6 - LEVEL 3

Solicitation number W2294-26-AA027

Publication date

Closing date and time 2026/05/07 14:00 EDT


    Description

    This procurement has been set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). In order to be considered, a business must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB.

    This requirement is for: Department of National Defence

    This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the Ottawa metropolitan area, level of expertise and for the following category(ies):

    Business System Analyst Stream 4 B.6 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:

    1511995 Ontario Limited, IPSS Inc. Epi-Use Now Inc. In JV
    Acosys Consulting Services Inc.
    Acosys Consulting Service Inc. / Services Conseils Acosys Inc., Pricewaterhouse coopers LLP. In Joint Venture
    Adirondack Information Management Inc.
    Adirondack Information Management Inc. Entrust Limited 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
    Advanced Chippewa Technologies Inc.
    Alika Internet Technologies Inc.
    Aniko Consulting Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., In Joint Venture
    Donna Cona Inc.
    Donna Cona Inc., UBM Canada Limited In Joint Venture
    DWP Solutions Inc.
    Factr Limited, Altis Recruitment & Technology., In Joint Venture
    IPSS Inc.
    Makwa Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd., In Joint Venture
    Malarsoft Technology Corporation
    Maplestream Inc., Cofomo Inc., In Joint Venture
    Maverin Business Services Inc.
    Maverin Inc.
    Mindwire System Ltd., Akkada Professional Services Inc., HubSpoke Inc., In Joint Venture
    Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture
    Nattio Inc.
    Nisha Technologies Inc.
    Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture
    Onaki Création S.E.N.C., Ibiska Telecom Inc., In Joint Venture
    Professional Quality Assurance Ltd.
    Prologic Systems Ltd.
    Prologic Systems Ltd. And Maplesoft Consulting Inc., in Joint Venture
    Skyfly Solutions inc., iFathom Corp., EPI-USE Now Inc., in Joint Venture
    Steel River Group Ltd. Tundra Tehchnical Solutions Inc. In Joint-Venture
    Symboitic Group Inc.
    Symbiotic Group Inc., Akkodis Canada Inc., In joint Venture
    Tato Recruiting Inc.
    Tato Recruiting Inc., S.I. Systems ULC., In Joint Venture
    Turtle Island Staffing Inc.
    Turtle Technologies Inc.
    Versatil BPI Inc.

    Description of the Requirement:

    The Department of National Defence (DND) has a requirement to develop a strategic digital transformation plan for Director Enterprise Architecture Application Services (DEAAS) to digitally transform defence, modernize digital foundations, accelerate delivery, enable pan-domain capabilities, implement cloud, artificial intelligence, and data strategies to enhance strategic partnerships and interoperability. As part of this initiative, DND has a requirement to provide ServiceNow support to an L1 organization. A Business System Analyst services are needed to translate complex business requirements into actionable ServiceNow capabilities, ensuring alignment with organizational objectives and best practices.

    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 Requirements:
    Security Requirement: SRCL – W2294-26-AA027 applies
    Minimum Corporate Security Required: Secret
    Minimum Resource Security Required: Secret

    Trade Agreements:

    N/A

    Proposed Period of Contract:

    The period of the Contract is from date of contract award for one year.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 days, plus One optional period of 240 days.

    File Number: W2294-26-AA027
    Contracting Authority: Darlene Hamelin
    E-Mail: darlene.hamelin@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.

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2026/05/15.

    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

    Nepean, Ontario, K2H 8G1
    Canada
    Contracting authority
    Darlene Hamelin
    Email
    darlene.hamelin@forces.gc.ca
    Bidding details

    Summary information

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