One (1) P2 Enterprise Architect - Level 3

Solicitation number 202301687

Publication date

Closing date and time 2023/12/15 14:00 EST

Last amendment date


    Description

    Reference Number: 202301687 Solicitation Number: 202301687
    Organization Name: Royal Canadian Mounted Police (RCMP)

    Solicitation Date: 2023-11-30 Closing Date: 2023-12-15 02:00 PM Eastern Standard Time EST

    Anticipated Start Date: 2024-04-01
    Estimated Delivery Date: 2024-04-01 Estimated Level of Effort: One (1) P2 Enterprise Architect @ 240 days per year
    Contract Duration:
    The contract period will be from date of Contract Award to two years later with an irrevocable option to extend it for up to three (3) additional one-year periods
    Solicitation Method: Competitive Applicable Trade Agreements:
    World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada Korea Free Trade Agreement (CKFTA) and the Canadian Free Trade Agreement (CFTA).
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1
    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(ies):
    • ONE (1) Level 3 Enterprise Architect
    The following SA Holders have been invited to submit a proposal:
    1. Systematix IT Solutions Inc.
    2. Cache Computer Consulting Corp
    3. IT/Net – Ottawa Inc.
    4. PrecisionERP Incorporated
    5. The VCAN Group Inc.
    6. IPSS Inc.
    7. Alika Internet Technologies
    8. 2iSolutions Inc.
    9. Adobe Systems Canada Inc.
    10. FreeBalance Inc.
    11. Maverin Inc.
    12. Mindwire Systems Ltd.
    13. Portage Personnel Inc.
    14. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    15. Spearhead Management Canada Ltd.
    Description of Work:
    The purpose of this Royal Canadian Mounted Police (RCMP) requirement is to acquire the services of one (1) P2 Enterprise Architect - LEVEL 3 for a total of 240 days each year. The contract period will be from date of Contract Award to two years later with an irrevocable option to extend it for up to three (3) additional one-year periods.

    Minimum Resource Security Required: RCMP ERS Reliability Clearance is required, as per the SRCL of the Solicitation.
    Contract Authority
    Name: Steve Lafontaine
    Phone Number: 343-571-1180
    Email Address: steve.lafontaine@rcmp-grc.gc.ca
    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (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

    The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.
    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.
    Indigenous Procurement:
    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory.

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/04/01.

    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
    Royal Canadian Mounted Police
    Address

    73 Leikin Drive

    Ottawa, ON, K1A0R2
    Canada
    Contracting authority
    Steve Lafontaine
    Phone
    (343) 571-1180
    Email
    steve.lafontaine@rcmp-grc.gc.ca
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    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
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.