NPP – W8486-173375 – TBIPS SA – One (1) Technology Architect, Senior
Solicitation number W8486-173375
Publication date
Closing date and time 2016/07/14 14:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT
File Number: W8486-173375
Tier: 1 (< $2M)
This requirement is for the Department of National Defence (DND) for the services of I.11. Technology Architect, Senior under Stream3: IM/IT Services. The intent of this solicitation is to establish up to One (1) Contract for two (2) years, with the option to extend the term of the Contract by up to three (3) one-year irrevocable option periods under the same conditions. This solicitation is only open to the below list of pre-qualified suppliers under the Task-Based Informatics Professional Services (TBIPS) Supply Arrangement (SA) number EN578-055605/G.
Documents may be submitted in either official language of Canada.
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 the RFP documents are not available on the Government Electronic Tendering System (GETS) (https://buyandsell.gc.ca/tenders).
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).
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-canada/register-as-a-supplier/register-to-provide-services.
List of Pre-Qualified Suppliers :
This requirement is open the following suppliers who qualified under the stated consultant stream, security level, region and tier:
- 49 Solutions Inc.
- CGI Information Systems and Management Consultants Inc.
- CM Inc.
- Eagle Professional Resources Inc.
- Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
- General Dynamics Canada Limited
- IBISKA Telecom Inc.
- NRNS Incorporated
- Prolity Corporation
- Randstad Interim Incorporated
- Rockwell Collins Canada Inc.
- Run Straight Consulting Ltd
- Sierra Systems Group Inc.
- Thales Canada Inc.
- Unisys Canada Inc.
Should an uninvited SA Holder wish to be invited, they may contact the Contracting Authority to request an invitation at any time prior to fivedays before the published bid closing date, and an invitation will be made to that SA Holder unless it would not be consistent with the efficient operation of the procurement system. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the solicitation process, they may not be reflected in a bid solicitation amendment.
ADDITIONAL INFORMATION FOR BIDDERS
For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
Security Requirement:
There are security requirements associated with this requirement:
SRCL: Common PS SRCL #20
Supplier Security Clearance required: SECRET
Security Level required (Document Safeguarding): None
For additional information, consult Part 6 – Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
Controlled Goods :
This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
Location of Work :
Primary area of service delivery will be off-site.
Region: National Capital Region
Meeting Specific Location: 1941 Robertson Road, Ottawa, Ontario
BIDDERS’ INQUIRIES
Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:
Name: Suzanne Asselin
Email: Suzanne.Asselin@forces.gc.ca
The Crown retains the rights to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras 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 DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Asselin, Suzanne
- Address
-
455 Boul de la CarriereGatineau, QC, J8Y 6V7CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.