Professional Services for Cyber Research and Development

Solicitation number W6369-25-X013

Publication date

Closing date and time 2025/05/02 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    for
    TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    UNSPSC: 81110000 – COMPUTER SERVICES
    Reference Number: W6369-25-X013 Solicitation Number: W6369-25-X013
    Organization Name: Department of National Defence – Director Services Contracting 4
    Solicitation Date: 09 April 2025 Closing Date: 02 May 2025 02:00 PM Eastern Daylight Time (EDT)

    Anticipated Start Date: Date of Contract Award
    Estimated Delivery Date: N/A Estimate Level of Effort: 500 days for the Programmer/Analyst, Level 2

    200 days for the Application/Software Architect, Level 3

    350 days for the Radio Frequency Engineer, Level 2

    200 fays for the Information Technology Security R&D Specialist, Level 3

    500 days for the Information Technology Security Vulnerability Analysis Specialist, Level 3

    200 days for the Information Technology Security Vulnerability Analysis Specialist, 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 three (3) 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: One (1)
    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 2 for services in the National Capital Region for the following category:
    One A.7 Programmer/Analyst, Level 2
    One A.1 Application/Software Architect, Level 3
    One T.8 Radio Frequency Engineer, Level 2
    One C.14 Information Technology Security R&D Specialist, Level 3
    One C.11. Information Technology Security Vulnerability Analysis Specialist, Level 3
    One C.11. Information Technology Security Vulnerability Analysis Specialist, Level 2
    All qualified SA Holders have been invited to submit a proposal:
    ADGA Group Consultants Inc.
    Adirondack Information Management Inc.
    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    Akkodis Canada Inc.
    Calian Ltd.
    GSI International Consulting Inc.
    IBISKA Telecom Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Maverin Business Services Inc.
    Maverin Inc.
    Newfound Recruiting Corporation
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    S.I. SYSTEMS ULC
    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    TPG Technology Consulting Ltd.
    Tundra Technical Solutions Inc
    Description of Work:
    The objective of this requirement is to establish a Task Authorization Contract to provide professional and technical service support on an “as and when required” basis for new and on-going research and development activities in cyber operations.

    Security Requirement: Custom SRCL
    Minimum Corporate Security Required: Facility Security Clearance - Secret
    Minimum Resource Security Required: Secret
    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)
    • 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

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    101 Colonel By

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Rogelio Orsetti
    Phone
    (613) 715-0853
    Email
    rogelio.orsettipetrocelli@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
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price