NPP – W6399-23-LK68/A TBIPS – Various IT Professionals
Solicitation number W6399-23-LK68/A
Publication date
Closing date and time 2023/07/25 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W6399-23-LK68/A
Tier: 2 (> $3.75M)
This requirement is for the Department of National Defence (DND) for the services of One (1) P.9. Project Manager (L3), under Stream five (5) Project Management Services, Two (2) P.9. Project Managers (L2), under Stream five (5) Project Management Services, Two (2) I.11. Technology Architects (L3), under Stream three (3) Information Management/Information Technology Services, One (1) B.14. Technical Writer (L3) under Stream four (4) Business Services, One (1) P.8. Project Leader (L2), under Stream five (5) Project Management Services, and One (1) T.6. Telecommunication System Specialist (L3), under Stream seven (7) Telecommunications Services. The intent of this solicitation is to establish one (1) Contract for three (3) initial years, with no option to extend the term of the Contract. This solicitation is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Service (TBIPS) Supply Arrangement (SA) number EN578-170432.
Time Frame of Delivery: ASAP
Time Frame for Task Authorization: Response within 48 hours.
Documents may be submitted in either official language of Canada.
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 the RFP documents are not available on the Canadabuys.canada.ca.
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).
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 Canada Buys website at: https://canadabuys.canada.ca/en/about-us/news-and-events/transition-can…
List of Pre-Qualified Suppliers :
This requirement is open the following suppliers who qualified under the stated consultant streams, security level, region and tier:
• ADGA Group Consultants Inc.
• ADRM Technology Consulting Group Corp.
• ADRM Technology Consulting Group Corp. and Randstad Interim Inc
• Calian Ltd.
• Conoscenti Technologies Inc.
• EMINENT SYSTEMS INC.
• IBISKA Telecom Inc.
• IBM Canada Limited/IBM Canada Limitée
• Maverin Inc.
• Michael Wager Consulting Inc.
• Modis Canada Inc
• New Technologies Inc.
• Newfound Recruiting Corporation
• Promaxis Systems Inc
• Protak Consulting Group Inc.
• Quallium Corporation
• S.I. SYSTEMS ULC
• T.E.S. Contract Services INC.
• TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
• Thales Canada Inc.
• The AIM Group Inc.
• The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
• TPG Technology Consulting Ltd.
• TRM Technologies Inc.
• Tundra Technical Solutions Inc
• Valcom Consulting group Inc.
• Veritaaq Technology House Inc.
ADDITIONAL INFORMATION FOR BIDDERS
For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
Security Requirement:
There are security requirements associated with this requirement:
Supplier Security Clearance required: Top Secret/Secret
Security Level required (Document Safeguarding): None
Citizen Restriction: Canadian
For additional information, consult Part 6 – Security 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 Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Location of Work:
Region: National Capital Region
Specific Location: CAF facilities in the National Capital Region
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Jennifer Ouellet
Email: jennifer.ouellet2@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
Contract duration
The estimated contract period will be 35 month(s), with a proposed start date of 2023/08/07.
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
Contact information
Contracting organization
- Organization
-
Department of National Defence (DND)
- Address
-
101 Colonel By Dr
Ottawa, On, K1A 0K2Canada
- Contracting authority
- Jennifer Ouellet
- Phone
- (343) 598-1547
- Email
- jennifer.ouellet2@forces.gc.ca
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.