Geomatics Analysts level 1 - produce submarine electronic Navigation Charts
Solicitation number W1786-18-0004
Publication date
Closing date and time 2017/11/30 13:00 EST
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: C216 - Marine Architect and Engineering Services
Reference Number:
W1786-18-0004
Solicitation Number:
W1786-18-0004
Organization Name:
Department of National Defence (DND) – Mapping and Charting Establishment (MCE)
Solicitation Date:
2017-10-06
Closing Date:
2017-10-30 02:00 PM Eastern
Anticipated Start Date:
2018-01-15
Estimated Delivery Date:
2019-01-15
Estimate Level of Effort:
235 days per resource
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to one (1) additional one-year period.
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT…
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 Victoria, BC Region for the following category:
Three (3) G.1 Geomatics Analysts (Level 1)
The following SA Holders have been invited to submit a proposal:
1019837 Ontario Inc.;
Accenture Inc.;
Donna Conna Inc.;
Donna Conna Inc. IBM Canada Limited in Joint Venture;
Eagle Professional Resources Inc.;
ESRI Canada Limited;
Fujitsu Consulting (Canada) Inc.;
IIC technologies Inc.;
IT/Net – Ottawa Inc.;
KPMG LLP;
MaxSys Staffing & Consulting Inc.;
Modis Canada Inc.;
S.I. Systems Ltd.;
Sierra Systems Group Inc.; and
Tundra Technical Solutions Inc
Description of Work:
The Hydrographic Services Officer (HSO) in Esquimalt, BC requires three (3) resources to produce, validate and maintain Submarine Electronic Navigation Charts (SubENC).
Bidders must submit a bid for both resources in the G.1 Geomatics Analysts category.
The work is currently being performed by IIC Technologies Inc. under contract (value $227,565.00 excluding GST)
Security Requirement: Common PS SRCL #03 applies
Minimum Resource Security Required: Enhanced Reliability
Contract Authority
Name: Alain Pothier, MCE Proc Mgr
Phone Number: 613-992-7715
Email Address: Alain.Pothier@forces.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
Insert Solicitation Closing Date and Time
Insert Estimated Start Date of Contract
If Applicable – Insert Required delivery date
Insert estimated level of effort
Insert the Contract period and include any option periods built into the contract
Include all applicable trade Agreements
Specify the number of contracts that will be awarded as a result of the RFP
Indicate the TBIPS categories specified in the RFP
Identify the suppliers invited to submit a proposal (resulting CPSS search)
DESCRIPTION MUST PROVIDE SUFFICENT DETAILS OF THE WORK and should be extract from the scope
[Delete the statement that is NOT applicable. If there is an incumbent, specify who the incumbent is, and the value of the existing contract.
Identify the Common Professional Services SRCL selected. If a customized SRCL is created for the requirement, include the details in the NPP
Indicate the minimum Resource security clearance as indicated in the SRCL
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
-
Set-Aside Program for Aboriginal Business (SPAB)
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Ontario-Quebec Trade and Cooperation Agreement
-
Quebec-New York Corridor Agreement
-
Quebec-New Brunswick Procurement Agreement
-
General Agreement on Tariffs and Trade (GATT)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Comprehensive Land Claim Agreement (CLCA)
-
Land Claim Set Asides (LCSA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Pothier, Alain
- Phone
- 613-992-7715
- Email
- Alain.Pothier@forces.gc.ca
- Address
-
101 Colonel By DriveOttawa, ON, K1A 0K2CA
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.