TBIPS - One (1) Courseware Developer, Level 3 and One (1) IT Security TRA and C&A Analyst, Level 3
Solicitation number W6369-19-X001
Publication date
Closing date and time 2018/05/29 15:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A – INFORMATICS PROFESSIONAL SERVICES
Reference Number: W6369-19-X001
Solicitation Number: W6369-19-X001
Organization Name: Department of National Defence – Director Services Contracting 4
Solicitation Date: 04 May 2018
Closing Date: 22 May 2018, 02:00 PM Eastern Standard Time (EST)
Anticipated Start Date: Date of Contract Award
Estimated Delivery Date: N/A
Estimate Level of Effort: 240 days per resource
Contract Duration:
The contract period will be for approximately one (1) year from the date of contract award, with two (2) one-year option periods.
Solicitation Method: Competitive
Applicable Trade Agreements: WTO-AGP, NAFTA, CFTA, and CETA
Comprehensive Land Claim Agreement Applies: No
Number of Contracts: Either 1 or 2
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 National Capital Region for the following categories):
One (1) Level 3 Courseware Developer; and
One (1) Level 3 IT Security TRA and C&A Analyst
The following SA Holders have been invited to submit a proposal:
1511995 Ontario Ltd
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
ARTS Technologies Inc.
Belham PDS Inc.
Cache Computer Consulting Corp.
CAE Inc.
Calian Ltd.
CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
CGI Information Systems and Management Consultants Inc
CloseReach Ltd.
Cofomo Inc.
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 - PUR – PHIRELIGHT – SPHYRNA IN JV
Dolomite Networks Corporation
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.
Fifalde Consulting Inc.
Flex Tech Services Inc.
FreeBalance Inc.
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
General Dynamics Land Systems – Canada Corporation
Harrington Marketing Limited
Helm's Deep Consulting Corp., Integrated Network Security Alliance in JOINT VENTURE
Hitachi Vantara Inc.
HubSpoke Inc.
IBISKA Telecom Inc.
IBM Canada Limited/IBM Canada Limitée
IDS Systems Consultants Inc.
IPSS INC.
IT/Net - Ottawa Inc.
Juno Risk Solutions Incorporated
Lansdowne Technologies 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
Phirelight Security Solutions 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.
Promaxis Systems Inc
QMR Staffing Solutions Incorporated
Quallium Corporation
Randstad Interim Inc.
Reticle Ventures Canada Incorporated
Rigel Kent Security & Advisory Services Inc.
S.i. Systems Ltd.
Sierra Systems Group Inc.
SoftSim Technologies Inc.
Solana Networks INC.
Somos Consulting Group Ltd.
Spaghetti Logic Inc.
Sphyrna Security Incorporated
Stantec Consulting Ltd.
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 Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
The Devon Group Ltd.
The Halifax Computer Consulting Group Inc.
The KTL Group, Inc.
TPG Technology Consulting Ltd.
Trillys Systems inc.
TRM Technologies Inc.
Turtle Island Staffing Inc.
Unisys Canada Inc.
Valcom Consulting group Inc.
Veritaaq Technology House Inc.
Description of Work:
The Department of National Defence (DND), specifically Canadian Forces Intelligence Command (CFINTCOM), requires the professional services of one (1) IT Security TRA and C&A Analyst, Level 3 and one (1) Courseware Developer, Level 3 to support the work being conducted under the Director of Intelligence Information Management (D Int IM).
Bidders may submit a bid for one or all resource categories.
-
Part of the work is currently being performed under the following contracts:
-
IT Security TRA and C&A Analyst:
DND-15/0042798 (IBISKA) – $744,444.00
-
Subject Matter Expert (Courseware Developer):
W8484-127587 (CGI) – $79,712.50; and
W8484-168506 (Modis) - $99,020.00
-
Security Requirement: Custom SRCL - W6369-19-X001 applies
Minimum Corporate Security Required: Top Secret
Minimum Resource Security Required: Top Secret SIGINT
Contracting Authority
Name: Anna Maria Mangone
Phone Number: 819-939-8485
E-Mail Address: Anna-Maria.Mangone@forces.gc.ca
Enquiries
Enquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. 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.
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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
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
- Mangone, AnnaMaria
- Phone
- 819-939-8485
- Email
- Anna-Maria.Mangone@forces.gc.ca
- Address
-
101 Colonnel ByOttawa, 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.