Telecommunication System Specialists

Solicitation number W3999-260015

Publication date

Closing date and time 2026/03/19 15:00 EDT

Last amendment date


    Description

    This requirement is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Services (TBIPS).
    TASK BASED EN578-170432 TBIPS PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W3999-260015
    TIER 2 (> $3.75 M)
    This requirement is for the Department of National Defence (DND).
    This requirement is for:
    - Stream 7: Telecommunication Services
    - Category T.6: Telecommunication Technician

    For the services of:
    - Eight (8) Technician – Junior
    - Three (3) Technicians – Intermediate

    UNSPSC
    81161700: Telecommunication Services
    Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two (2) years.

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Location of Work to be Performed:
    Region(s): Ontario Region
    Specific Locations: Canadian Forces Base, 8 Wing, Trenton, ON

    Security Requirement:
    Security Requirements Check List: Customized checklist
    Supplier Security Clearance required: Secret
    Security Level required (Document Safeguarding): None

    Estimated Level of Effort:
    The estimated level of effort of the contract will be for 240 days per year per resource.
    Estimated time frame of contract:
    1 April 2026 to 31 March 2028.

    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence for the provision of Task-Based Informatics Professional Services.
    The Department of National Defence (DND) requires the services of eight (8) Junior Telecommunication System Specialists (TSS), and three (3) Intermediate TSS to support the Royal Canadian Air Force (RCAF) Aerospace and Telecommunications Engineering Support Squadron (ATESS) located in Trenton, ON. These contracted resources will install new air traffic control systems at locations across Canada as part of the Voice Communications Switch and Tactical Integrated Command, Control and Communication Air (TIC3 Air) project. The installation of airfield equipment includes, but is not limited to CUAS, TIC3 and VCS.

    Documents may be submitted in either official language of Canada.

    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) at: spts.tsps@tpsgc-pwgsc.gc.ca.

    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 Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca….

    List of Pre-Qualified Suppliers
    This requirement is open only to those Supply Arrangement Holders under EN578-170432 who qualified under Tier 2 for the following category:
    • 7.6 Telecommunication Technicians, Junior and Intermediate

    The following SA Holders have been invited to submit a proposal.
    List of Suppliers:

    1. ADGA Group Consultants Inc.
    2. Adirondack Information Management Inc.
    3. Adirondack Information Management Inc., Entrust Limited, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
    4. ADRM Technology Consulting Group Corp.
    5. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    6. Akkodis Canada Inc.
    7. Calian Ltd.
    8. FarrPoint Inc
    9. IBISKA Telecom Inc.
    10. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    11. Maverin Business Services Inc.
    12. Maverin Inc.
    13. Michael Wager Consulting Inc.
    14. MIR Digital Solutions Corporation
    15. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    16. Newfound Recruiting Corporation
    17. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    18. Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    19. Promaxis Systems Inc
    20. Protak Consulting Group Inc.
    21. S.I. SYSTEMS ULC
    22. Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
    23. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    24. TPG Technology Consulting Ltd.
    25. Tundra Technical Solutions Inc
    26. Valcom Consulting group Inc.

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2026/04/01.

    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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    B25 1CAD HQ

    Winnipeg, Manitoba, R3J 3Y5
    Canada
    Contracting authority
    Lenore Morrissette
    Phone
    (204) 833-2500
    Email
    pl-wpg.1cad_bid_receiving-1dac_reception_des_soumissions@forces.gc.ca
    Fax
    n/a
    Address

    B25 1CAD HQ

    Winnipeg, Manitoba, R3J 3Y5
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Cost-per-Point