Enterprise Architect - Level 3
Solicitation number W8485-269064/001/B
Publication date
Closing date and time 2026/03/20 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT
This bid solicitation is a re-tender of the requirement described in bid solicitation W8485-269064/001/A with a closing of 16 February 2026 at 14:00 EST; this bid solicitation replaces the previous version entirely.
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/B PROFESSIONAL SERVICES REQUIREMENT
FILE NUMBER: W8485-269064/001/B
TIER 1 (< $3.75M)
This requirement is for the Department of National Defence (DND).
This requirement is for the:
- Stream 5: Project Management Services
for the services of:
- One (1) P.2. Enterprise Architect (Senior, Level 3)
Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for two and a half (2.5) years, with zero option periods.
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://canadabuys.canada.ca/en/tender-opportunities).
Location of Work to be Performed
Region(s): National Capital Region
Specific Location(s): 101 Colonel By Drive, Ottawa, ON
Security Requirement
Security Requirements Check List: Common PS SRCL #20
Supplier Security Clearance required: Secret
Security Level required (Document Safeguarding): None
Enquiries: Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the DND POC listed below.
File Number: W8485-269064/001/A
DND POC: Keigan (KS) Buffett
E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
The Department of National Defence (DND), requires one (1) Senior Enterprise Architect to support the Operational Training Infrastructure Enterprise Modernization (OTIEM) project team by producing Strategic Views (Strat V), Operational Views (OV), Capability Views (CV), and Systems Views (SV). The work will require the contractor to elicit the necessary information from existing project documents and OTIEM project staff to build the models and decision support tools to further develop technical and project documents.
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: RCNMDAI.-NCRIMOS@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 the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:
1. 1511995 Ontario Limited, iPSS inc., Epi-Use Now Inc., in JV
2. 2toLead Limited
3. 4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
4. 4Plan Consulting Corp.
5. 7 Theta Inc
6. A Hundred Answers Inc.
7. A. Net Solutions Inc.
8. Accenture Inc.
9. ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
10. ADGA Group Consultants Inc.
11. Adirondack Information Management Inc.
12. ADRM Technology Consulting Group Corp.
13. Akkodis Canada Inc.
14. Alika Internet Technologies Inc., LNine Consulting Inc. in Joint Venture
15. ALLAN CLARKE & ASSOCIATES INC.; THE HALIFAX COMPUTER CONSULTING GROUP INC.; IN JOINT VENTURE
16. Altis Recruitment & Technology Inc.
17. Amazon Web Services Canada, Inc.
18. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
19. ARCTIQ CANADA INC.
20. Attain Insight Solutions Inc.
21. Bayleaf Software Inc
22. BP & M Government IM & IT Consulting Inc.
23. Breckenhill Inc.
24. BRYCA Solutions Inc.
25. Bulletproof Solutions ULC
26. BurntEdge Incorporated
27. CACHE COMPUTER CONSULTING CORP., SYSTÈMES SYNTAX LTÉE / SYNTAX SYSTEMS LTD, in Joint Venture
28. Calian Ltd.
29. Captiva Consulting Inc.
30. CDW Canada Corp.
31. CloseReach Ltd.
32. Cofomo Inc.
33. Compugen Incorporated
34. Confluence Consulting Inc.
35. Convergence Concepts Inc.
36. CoreTracks Inc.
37. CSI Consulting Inc.
38. CVL INFORMATION SOLUTIONS INC.
39. Dare Human Resources Corporation
40. DECISIVE GROUP INC.
41. Deloitte Inc.
42. DFFRNT Inc.
43. Dimensional Strategies Inc.
44. DNSNETWORKS CORPORATION
45. Dolomite Networks Corporation
46. Donna Cona Inc.
47. Eagle Professional Resources Inc.
48. Eclipsys Solutions Inc
49. EMINENT SYSTEMS INC.
50. Ernst & Young LLP
51. Etico, Inc.
52. EXPERIS CANADA INC.
53. Factr Limited
54. Fifalde Consulting Inc.
55. Four Point Solutions Ltd.
56. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
57. General Dynamics Land Systems – Canada Corporation
58. HubSpoke Inc.
59. I4C INFORMATION TECHNOLOGY CONSULTING INC
60. IBISKA Telecom Inc.
61. IBM Canada Limited/IBM Canada Limitée
62. iFathom Corporation
63. Integra Networks Corporation
64. IT/Net - Ottawa Inc.
65. ITI Canada Inc
66. Juno Risk Solutions Incorporated
67. Le Groupe Conseil Bronson Consulting Group
68. Leo-Pisces Services Group Inc.
69. Leverage Technology Resources Inc.
70. LinHR Consulting Inc.
71. LNine Consulting Inc.
72. Malarsoft Technology Corporation
73. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
74. Maverin Business Services Inc.
75. Maverin Inc.
76. MDOS CONSULTING INC.
77. Metaflow Inc.
78. MGIS Inc.
79. Michael Wager Consulting Inc.
80. Mindstream Training Center and Professional Services Bureau, Inc
81. Mindwire Systems Ltd.
82. MNP LLP
83. Naut'sa mawt Resources Group, Inc.
84. New Technologies Inc.
85. New Value Solutions Group Inc.
86. Newfound Recruiting Corporation
87. Norconex Inc.
88. Northern Micro Inc.
89. OnX Enterprise Solutions Ltd.
90. OpenFrame Technologies, Inc.
91. OXARO INC.
92. Palantir Technologies Canada Inc.
93. Pleiad Canada Inc.
94. PRECISIONERP INCORPORATED
95. Primex Project Management Limited
96. Procom Consultants Group Ltd.
97. Prologic Systems Ltd.
98. Prompta Inc.
99. QMR Staffing Solutions Incorporated
100. Quarry Consulting Inc.
101. Randstad Interim Inc.
102. Robertson & Company Ltd.
103. S.I. SYSTEMS ULC
104. Scalian Inc.
105. Slalom Consulting ULC
106. SnapSEARCH Inc.
107. SoftSim Technologies Inc.
108. Sonovision Canada Inc.
109. Spaghetti Logic Inc.
110. Spearhead Management Canada Ltd.
111. Staffmax Staffing & Recruiting Corp.
112. SYLOGIX CONSULTING INC.
113. Systemscope Inc.
114. TAG HR The Associates Group Inc.
115. Talencity Inc.
116. Tato Recruiting Inc.
117. TECSIS Corporation
118. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
119. The AIM Group Inc.
120. The Barrington Consulting Group Inc.
121. Thinkpoint Inc.
122. Thomas&Schmidt Inc.
123. ThoughtStorm Incorporated
124. Transatlantic Business Consulting Inc.
125. TRM Technologies Inc.
126. Turtle Technologies Inc.
127. Unisys Canada Inc.
128. Valcom Consulting group Inc.
129. Vantix Systems Inc.
130. Verbena Consulting Inc.
131. Work4ce Inc.
132. WorldHire Inc
133. Yoush Inc.
134. Zernam Enterprise Inc
Contract duration
The estimated contract period will be 18 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)
-
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
-
101 Colonel By Drive
Ottawa, Ontario, K1A 0K2CANADA
- Contracting authority
- Keigan (KS) Buffett
- Phone
- (819) 939-3118
- Email
- keigan.buffett@forces.gc.ca
- Fax
- (819) 939-5076
- Address
-
101 Colonel By Drive
Ottawa, Ontario, K1A 0K2CANADA
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.