NPP – W6399-17-JE30 – TBIPS SA – One (1) Technology Architect, Senior

Solicitation number W6399-17-JE30

Publication date

Closing date and time 2017/08/24 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT

    File Number: W6399-17-JE30

    Tier: 1 (< $2M)

    This requirement is for the Department of National Defence (DND) for the services of I.11 – Technology Architect, Senior under Stream 3: IM/IT Services. The intent of this solicitation is to establish up to one (1) Contract for one (1) year, 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.

    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 to the following suppliers who qualified under the stated consultant stream, security level, region and tier:

    • 1019837 Ontario Inc.
    • 1728193 Ontario Inc
    • 2Keys Corporation
    • Accenture Inc.
    • ADGA Group Consultants Inc.
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    • AMITA Corporation
    • Belham PDS Inc.
    • Cache Computer Consulting Corp.
    • Calian Ltd.
    • CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    • CGI Information Systems and Management Consultants Inc.
    • Cisco Systems Canada Co.
    • CloseReach Ltd.
    • Compusult Limited
    • Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    • Conoscenti Technologies Inc.
    • Coradix technology Consulting Ltd.
    • Cygnos Corp.
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Deloitte Inc.
    • Dolomite Networks Corporation
    • DWP Solutions Inc.
    • Eagle Professional Resources Inc.
    • Emerion
    • Emtec Infrastructure Services Canada Corporation
    • Ernst & Young LLP
    • ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    • eVision Inc., SoftSim Technologies Inc. in Joint Venture
    • Excel Human Resources Inc.
    • Flex Tech Services Inc.
    • FreeBalance Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • General Dynamics Land Systems – Canada Corporation
    • Harrington Marketing Limited
    • Hitachi Data Systems Inc.
    • HubSpoke Inc.
    • IBISKA Telecom Inc.
    • IBM Canada Ltd.
    • IDS Systems Consultants Inc.
    • IPSS INC.
    • IT/Net - Ottawa Inc.
    • Lansdowne Technologies Inc.
    • Leidos Canada Inc.
    • Lumina IT inc.
    • Maplesoft Consulting Inc.
    • MaxSys Staffing & Consulting Inc.
    • MDA Systems Ltd.
    • MDOS CONSULTING INC.
    • Michael Wager Consulting Inc.
    • Mindwire Systems Ltd.
    • Modis Canada Inc
    • New Technologies Inc.
    • Nortak Software Ltd.
    • NRNS Incorporated
    • Object Network Inc.
    • OpenFrame Technologies, Inc.
    • PRECISIONERP INCORPORATED
    • PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    • Pricewaterhouse Coopers LLP
    • Procom Consultants Group Ltd.
    • Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    • Proex Inc.
    • Prologic Systems Ltd.
    • Promaxis Systems Inc
    • Quallium Corporation
    • Randstad Interim Incorporated
    • Rockwell Collins Canada Inc.
    • S.i. Systems Ltd.
    • Sierra Systems Group Inc.
    • SoftSim Technologies Inc.
    • Solana Networks INC.
    • Somos Consulting Group Ltd.
    • Spaghetti Logic Inc.
    • SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    • Systemscope Inc.
    • T.E.S. Contract Services INC.
    • TAG HR The Associates Group Inc.
    • Thales Canada Inc.
    • The AIM Group Inc.
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    • The Devon Group Ltd.
    • The Halifax Group Inc.
    • The KTL Group, Inc.
    • TPG Technology Consulting Ltd.
    • Trillys Systems inc.
    • TRM Technologies Inc.
    • Unisys Canada Inc.
    • Valcom Consulting group Inc.
    • Veritaaq Technology House Inc.

    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: W6399-17-JE30

    Supplier Security Clearance required: TOP SECRET

    Security Level required (Document Safeguarding): None

    For additional information, consult Part 6 – Security 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.

    This solicitation is restricted to Canadian Eyes Only (CEO).

    Location of Work :

    Region: National Capital Region

    Specific Location: 8355 Franktown Road, Richmond, Ontario

    BIDDERS’ INQUIRIES

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

    Name: Brad Moore

    Email: Bradley.Moore@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
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Moore, Brad
    Email
    bradley.moore@forces.gc.ca
    Address
    455 blvd de la Carriere
    Gatineau, QC, J8Y 6V7
    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
    Canada
    Procurement method
    Competitive – Selective Tendering