SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

NPP – W8486-173478 – TBIPS SA – One (1) Senior Network Security Analyst

Solicitation number W8486-173478

Publication date

Closing date and time 2016/11/04 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W8486-173478

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of C.8 – Network Security Analyst, Senior under Stream 6: Cyber Protection Services Stream. The intent of this solicitation is to establish up to One (1) Contract for one (1) year, with the option to extend the terms of the Contract by up to one (1) six-months irrevocable option period 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 E60ZN-15TSPS.

    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:

    • 01 Millennium Consulting Inc.
    • 1511995 Ontario Ltd
    • 2Keys Corporation
    • 4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    • Accenture Inc.
    • ADGA Group Consultants Inc.
    • Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    • ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    • Aerotek ULC
    • Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    • AMITA Corporation
    • Avaleris Inc.
    • CA Canada Company
    • Cache Computer Consulting Corp.
    • CGI Information Systems and Management Consultants Inc.
    • Cistel Technology Inc.
    • CM Inc.
    • Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    • Conoscenti Technologies Inc..
    • Coradix technology Consulting Ltd.
    • CSI Consulting Inc.
    • CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    • Cygnos Corp.
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Davidson Violette & Associates Inc.
    • Deloitte Inc.
    • DLS Technology Corporation
    • Dolomite Networks Corporation
    • DWP Solutions Inc.
    • Eagle Professional Resources Inc.
    • Eclipsys Solutions Inc
    • Emerion
    • Ernst & Young LLP
    • Excel Human Resources Inc.
    • Facilité Informatique Canada Inc.
    • General Dynamics Canada Limited
    • Groupe Alithya Inc / Alithya Group Inc
    • Helm's Deep Consulting Corp., Integrated Network Security Alliance in JOINT VENTURE
    • HELM'S DEEP CONSULTING CORP., MESSA COMPUTING INC., THINKPOINT INC., IN JOINT VENTURE
    • Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie
    • HubSpoke Inc.
    • I4C INFORMATION TECHNOLOGY CONSULTING INC
    • IBISKA Telecom Inc.
    • Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture
    • IBM Canada Ltd.
    • IDS Systems Consultants Inc.
    • Integra Networks Corporation
    • IPSS INC.
    • IT/NET OTTAWA INC, KPMG LLP, in joint venture
    • Itergy International Inc.
    • Juno Risk Solutions Incorporated
    • KPMG LLP
    • Leverage Technology Resources Inc.
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    • Manpower Services Canada Ltd.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDOS CONSULTING INC.
    • MDOS Consulting Inc., INVA Corporation, KOZA Technology Consulting Inc., in Joint Venture
    • MGIS Inc..
    • MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
    • Mindwire Systems Ltd.
    • MNP LLP
    • Modis Canada Inc
    • NRNS Incorporated
    • Nurun inc.
    • Olav Consulting Corp
    • Orbis Risk Consulting Inc.
    • Phirelight Security Solutions Inc.
    • PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    • Pricewaterhouse Coopers LLP
    • Protak Consulting Group Inc.
    • Quallium Corporation
    • Randstad Interim Incorporated
    • S.i. Systems Ltd.
    • Solana Networks INC.
    • Solutions Moerae Inc
    • Somos Consulting Group Ltd.
    • Sphyrna Security Incorporated
    • T.E.S. Contract Services INC.
    • Team Deloitte-EWA Inc.
    • Teambuilder Consulting Inc.
    • TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.
    • TELUS Communications Inc.
    • TeraMach Technologies Inc.
    • Thales Canada Inc.
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    • The Halifax Group Inc.
    • The Herjavec Group
    • The KTL Group, Inc.
    • THE SOURCE STAFFING SOLUTIONS INC.
    • TPG Technology Consulting Ltd.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    • TRM Technologies Inc.
    • TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE
    • Turtle Technologies Inc.
    • Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture
    • Veritaaq Technology House Inc.

    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 :

    Region: National Capital Region

    Specific Location: 1941 Robertson Rd., Ottawa, Ontario K2H 5B7

    BIDDERS’ INQUIRIES

    Inquiries regarding this Request for Proposal requirement must be submitted to the Contracting Authority:

    Name: Nadir Abdulkadir

    Email:  Nadir.Abdulkadir@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

    • Ontario-Quebec Trade and Cooperation Agreement
    • 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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Abdulkadir, Nadir
    Phone
    819-997-3371
    Email
    Nadir.abdulkadir@forces.gc.ca
    Address
    Contracting Officer

    Buying organization(s)

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

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

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: