Task-Based Informatics Professional Services (TBIPS) Requirement

Solicitation number W6369-15-P5JQ

Publication date

Closing date and time 2015/11/18 14:00 EST

Last amendment date


    Description

    This requirement is for the Department of National Defence.

    This requirement is open only to those Supply Arrangement Holders who qualified under the Tier "1" (= $0-$2M) stream for IM/IT Services.

    This requirement is open only to those invited TBIPS Supply Arrangement Holders who qualified under the A.3 ERP Programmer Analyst category.

    The following SA Holders have been invited to submit a proposal.

    1. Alika Internet Technologies Inc.
    2. AQR Management Services Inc.
    3. BMB Data Consulting Services Inc.
    4. CGI Information Systems and Management Consultants Inc.
    5. Coradix Technology Consulting Ltd.
    6. CORE Software Corp.
    7. Groupe Alithya Inc. / Alithya Group Inc.
    8. Harrington Marketing Limited
    9. Makwa Resourcing Inc., TPG Technology Consulting Ltd. In Joint Venture
    10. MGIS Inc.
    11. Pentelar Inc.
    12. Procom Consultants Group Ltd.
    13. Procom Consultants Group Ltd., Emerion in JOINT VENTURE
    14. ProVision IT Resources Ltd.
    15. Systematix Solutions TI Inc. / Systematix IT Solutions Inc.

    Description of the requirement:

    The Department of National Defence has a requirement for the professional services of one (1) Level 3 ERP Programmer Analyst to develop the Mission Support System (MSS) Phase II, and assist in the development and in-service support of modules to track Reserve Compensation, Transition Services, Funding Requests, the National Military Cemetery, the Injured Soldier Network and Outreach Activities reporting, and the migration and integration of the MSS module into the new Military HRMS Guardian, in Oracle PeopleSoft 9.1.

    Proposed period of contract:

    The proposed period of contract shall be from the date of contract award to one (1) year later, plus three (3) one-year option periods.

    File Number: W6369-15-P5JQ

    Contracting Authority: Lynne Stapledon

    E-Mail: Lynne.Stapledon@forces.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Stapledon, Lynne
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.