Level 3 Programmer/Software Developer

Solicitation number W6369-19-X007

Publication date

Closing date and time 2018/07/27 14:00 EDT

Last amendment date


    Description

    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 category:

    One (1) Level 3 Programmer/Software Developer

    The following SA Holders have been invited to submit a proposal:

    01 Millennium Consulting Inc.

    1019837 Ontario Inc.

    1092009 Ontario Inc.

    1728193 Ontario Inc

    2707209 Canada Inc. o/a Kleins Consulting

    2iSolutions Inc.

    2Keys Corporation

    3902641 Canada Inc

    4165047 Canada Inc.

    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE

    4Plan Consulting Corp.

    529040 ONTARIO INC and 880382 ONTARIO INC

    7792395 Canada Inc.

    8si Inc.

    A Hundred Answers Inc.

    A. Net Solutions Inc.

    A.S.G. Inc.

    Accenture Inc.

    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE

    Action Personnel of Ottawa-Hull Ltd

    Adecco Employment Services Limited/Services de placement Adecco Limited

    ADGA Group Consultants Inc.

    Adhartas Consulting Inc.

    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE

    Adobe Systems Canada Inc.

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Advanced Chippewa Technologies Inc.

    Aerotek ULC

    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture

    AMITA Corporation

    Ares Consulting Services Ltd.

    Averna Technologies Inc.

    AZUR HUMAN RESOURCES LIMITED

    BDO Canada LLP

    Beyond Technologies Consulting Inc.

    BMB Data Consulting Services Inc.

    Business Technology Consulting Ltd

    C-CORE

    Calian Ltd.

    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE

    CGI Information Systems and Management Consultants Inc.

    CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE

    CloseReach Ltd.

    CloseReach Ltd., SnapSearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., IN JOINT VENTURE

    Coradix technology Consulting Ltd.

    CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    Donna Cona Inc.

    DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    Eagle Professional Resources Inc.

    Emerion

    Ernst & Young LLP

    Etico, Inc.

    eVision Inc., SoftSim Technologies Inc. in Joint Venture

    Excel Human Resources Inc.

    Four Point Solutions Ltd.

    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.

    Gambit IT Solutions Inc.

    General Dynamics Land Systems – Canada Corporation

    Groupe In-RGY Consultation inc. / Group In-RGY Consulting inc.

    Helix Management Consulting Services Inc.

    HELM'S DEEP CONSULTING CORP., MESSA COMPUTING INC., THINKPOINT INC., IN JOINT VENTURE

    Holonics Inc.

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IAN MARTIN LIMITED

    IBISKA Telecom Inc.

    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture

    IBM Canada Limited/IBM Canada Limitée

    IDEV Solutions Inc.

    IDS Systems Consultants Inc.

    InfoMagnetics Technologies Corporation (IMT)

    Inround Innovations Incorporated, 3056058 Canada Inc., IN JOINT VENTURE

    InSync Systems Inc.

    JustIT Solution Inc., 1754712 Ontario Inc., 2142348 Ontario Ltd., KvantSoft Inc., SVS Enterprises Ltd., IN JOIN VENTURE

    KPMG LLP

    Le Groupe Conseil Bronson Consulting Group

    Leo-Pisces Services Group Inc.

    Logic 2000 Incorporated

    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    MaxSys Staffing & Consulting Inc.

    MDA Systems Ltd.

    MGIS Inc.

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    Michael Wager Consulting Inc.

    Microsoft Canada Inc.

    Mindwire Systems Ltd.

    MNP LLP

    Modis Canada Inc

    Neosoft Technologies Inc.

    New Technologies Inc.

    Nexus Systems Group Inc.

    Nisha Technologies Inc.

    Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE

    Norconex Inc.

    Nortak Software Ltd.

    OpenFrame Technologies and Mindstream TC & PSB in Joint Venture

    OpenFrame Technologies, Inc.

    Pricewaterhouse Coopers LLP

    Primex Project Management Limited

    Procom Consultants Group Ltd.

    Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

    Prologic Systems Ltd.

    Promaxis Systems Inc

    Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE

    Protak Consulting Group Inc.

    Quality Services International

    Rockwell Collins Canada Inc.

    S.i. Systems Ltd.

    Semantic Consulting Inc

    Sierra Systems Group Inc.

    Solana Networks INC.

    Somos Consulting Group Ltd.

    Spaghetti Logic Inc.

    Spearhead Management Canada Ltd.

    Symbiotic Group Inc.

    Systematix IT Solutions Inc./Systematix Technologies de L'Information Inc./Les Services Conseils Systematix Inc. in Joint Venture.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    Systemscope Inc.

    TAG HR The Associates Group Inc.

    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.

    TeraMach Technologies Inc.

    Thales Canada Inc.

    The Addmore Group Inc.

    The AIM Group Inc.

    The Halifax Computer Consulting Group Inc.

    The VCAN Group Inc.

    Trillys Systems inc.

    TRM Technologies Inc.

    TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE

    Tundra Technical Solutions Inc

    Turtle Island Staffing Inc.

    Turtle Technologies Inc.

    Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture

    Unisys Canada Inc.

    Valcom Consulting group Inc.

    Veritaaq Technology House Inc.

    VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture

    Vurtur Communications Group

    Yoush Inc.

    Zernam Enterprise Inc

    Description of Work:

    The Department of National Defence (DND) requires the services of one (1) Programmer / Software Developer, Level 3 to assist the Defence Research and Development Canada (DRDC) with Technology network based software tools within the Defence Research Establishment Network (DRENET).

    The contract period will be for approximately two (2) years from the date of contract with an irrevocable option to extend it for up to three (3) additional one-year periods.

    The work is currently being performed by NewFound Recruiting under contract W7714-4501393719 (value $399,839.71).

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Reliability Status

    Contracting Authority

    Name: Marie-Claude Theoret

    Phone Number: 819-939-8630

    E-Mail Address: marie-claude.theoret@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
    • 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 Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Theoret, Marie-claude
    Email
    marie-claude.theoret@forces.gc.ca
    Address
    105 Hotel de Ville
    Gatineau, QC, K1A 0K2
    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
    Ontario (except NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Selective Tendering