Three (3) A.11 Testers, Level 1, One (1) P.9 Project Manager, Level 3 and One (1) P.9 Project Manager, Level 2
Solicitation number W6369-23-X045
Publication date
Closing date and time 2023/08/10 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A – INFORMATICS PROFESSIONAL SERVICES
Reference Number: W6369-23-X045 Solicitation Number: W6369-23-X045
Organization Name: Department of National Defence – Director Services Contracting 4
Solicitation Date: 12 July 2023 Closing Date: 27 July 2023 02:00 PM Eastern Daylight Time (EDT)
Anticipated Start Date: Date of Contract Award
Estimated Delivery Date: N/A Estimate Level of Effort: 480 days for Three (3) Testers, Level 1
480 days for One (1) Project Manager, Level 3
240 days for One (1) Project Manager, Level 2
Contract Duration: The contract period will be for two (2) years from the date of contract award with an irrevocable option to extend it for up to two (2) additional one-year periods.
Solicitation Method: Competitive Applicable Trade Agreements: WTO-GPA, CETA, CCFTA, CFTA, CPFTA, CColFTA, CPTPP, CUFTA, CHFTA, CKFTA, CUKTCA, CPanFTA
Comprehensive Land Claim Agreement Applies: No Number of Contracts: Up to three (3)
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:
Three (3) A.11 Testers, Level 1
One (1) P.9 Project Manager, Level 3
One (1) P.9 Project Manager, Level 2
All qualified SA Holders have been invited to submit a proposal:
Description of Work:
Canada’s military justice system maintains the discipline, efficiency, and morale of the Canadian Armed Forces (CAF). The Department of National Defence (DND), the CAF, and the Office of the Judge Advocate General (OJAG) are engaged in projects to continue the modernization of the military justice system.
The OJAG has a requirement for:
1. three (3) Junior Application Services Testers to conduct User Acceptance Testing (UAT) to support the testing, integration, and rollout of JAIMS within DND/CAF;
2. one (1) Level 3 Senior Project Manager to manage the continued development and subsequent implementation of JAIMS, using a comprehensive roadmap plan that maximizes existing budgetary and human resource allocations aligned to identified business requirements provided by the Technical Authority (TA); and
3. one (1) Level 2 Intermediate Project Manager to manage OJAG support to military justice statutory and regulatory reform projects, using a comprehensive roadmap plan that maximizes budgetary and human resources aligned to identified business requirements provided by the TA.
The work is currently not being performed by a contracted resource.
Security Requirement: Custom SRCL
Minimum Corporate Security Required: Protected B
Minimum Resource Security Required: Reliability Status
Contracting Authority
Name: Rogelio Orsetti
E-Mail Address: Rogelio.Orsettipetrocelli@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 “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.
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
Contact information
Contracting organization
- Organization
-
Director Services Contracting
- Address
-
101 Colonel By Drive
Ottawa, Ontario, K1A 0K2Canada
- Contracting authority
- Rogelio Orsetti
- Phone
- (613) 715-0853
- Email
- rogelio.orsettipetrocelli@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.