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) 

TBIPS - Technical Architect & Business Analyst

Solicitation number W6369-19-X023

Publication date

Closing date and time 2018/10/09 14:00 EDT

Last amendment date


    Description

    Amendment 1

    Extension of the closing date.

    Original

    Organization Name: Department of National Defence - Director Services Contracting 4

    Anticipated Start Date: Date of contract award

    Estimated Level of Effort: 240 days per resource per year & 96 days per resource per year

    Contract Duration: The contract period will be for approximately one (1) year from the date of contract with an irrevocable option to extend it for up to two (2) additional one-year periods.

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: 1 or 2

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those Task-Based Informatics Professional Services (TBIPS) Supply Arrangement (SA) Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:

    • One (1) Level 3 Technical Architect (Senior)
    • One (1) Level 3 Business Analyst (Senior)

    All pre-qualified SA Holders have been invited to submit a proposal. The list appears at the end of this notice.

    Description of Work:

    The Department of National Defence (DND) requires professional services to support the development of Defence Research and Development Canada’s Science and Technology Enhanced Research Capability project. The project aims at developing an Information Technology Research and Development environment at security classifications of level II (Secret), III (Top Secret) and Special Access Program levels to support scientists in the delivery of their respective program. Most of the work will be performed at Department of National Defence/Canadian Armed Forces facilities.

    This is part of a realignment of the operation of DND’s Science and Technology Group as part of its Defence and Security Science and Technology Strategy.

    • Bidders may submit a bid for one or all resource categories.
    • The work is currently not being performed by a contracted resource.

    Security Requirement: Common PS SRCL #26 applies

    Minimum Corporate Security Required: Facility Security Clearance (FSC)

    Minimum Resource Security Required: Top Secret

    Contracting Authority

    Name: Luc Maillet

    E-Mail Address: luc.maillet@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.

    List of Invited Pre-qualified SA Holders:

    1. 1019837 Ontario Inc.
    2. 1092009 Ontario Inc.
    3. 2Keys Corporation
    4. Accenture Inc.
    5. Adecco Employment Services Limited/Services de placement Adecco Limited
    6. ADGA Group Consultants Inc.
    7. ADRM Technology Consulting Group Corp.
    8. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    9. AMITA Corporation
    10. Belham PDS Inc.
    11. Cache Computer Consulting Corp.
    12. CAE Inc.
    13. Calian Ltd.
    14. CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
    15. CGI Information Systems and Management Consultants Inc.
    16. Cisco Systems Canada Co.
    17. CloseReach Ltd.
    18. Cofomo Inc.
    19. Compusult Limited
    20. Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    21. Conoscenti Technologies Inc.
    22. Coradix technology Consulting Ltd.
    23. Cygnos Corp.
    24. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    25. Deloitte Inc.
    26. DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
    27. Dolomite Networks Corporation
    28. DWP Solutions Inc.
    29. Eagle Professional Resources Inc.
    30. Emerion
    31. EMINENT SYSTEMS INC.
    32. Emtec Infrastructure Services Canada Corporation
    33. Ernst & Young LLP
    34. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    35. eVision Inc., SoftSim Technologies Inc. in Joint Venture
    36. Excel Human Resources Inc.
    37. Fifalde Consulting Inc.
    38. Flex Tech Services Inc.
    39. FreeBalance Inc.
    40. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    41. General Dynamics Land Systems – Canada Corporation
    42. Harrington Marketing Limited
    43. Hitachi Vantara Inc.
    44. HubSpoke Inc.
    45. IBISKA Telecom Inc.
    46. IBM Canada Limited/IBM Canada Limitée
    47. IDS Systems Consultants Inc.
    48. IPSS INC.
    49. IT/Net - Ottawa Inc.
    50. Juno Risk Solutions Incorporated
    51. Lansdowne Technologies Inc.
    52. Lumina IT inc.
    53. Maplesoft Consulting Inc.
    54. MaxSys Staffing & Consulting Inc.
    55. MDA Systems Ltd.
    56. MDOS CONSULTING INC.
    57. Michael Wager Consulting Inc.
    58. Mindwire Systems Ltd.
    59. Modis Canada Inc
    60. New Technologies Inc.
    61. Nortak Software Ltd.
    62. NRNS Incorporated
    63. Object Network Inc.
    64. OpenFrame Technologies, Inc.
    65. Phirelight Security Solutions Inc.
    66. PRECISIONERP INCORPORATED
    67. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    68. Pricewaterhouse Coopers LLP
    69. Procom Consultants Group Ltd.
    70. Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    71. Proex Inc.
    72. Prologic Systems Ltd.
    73. Promaxis Systems Inc
    74. QMR Staffing Solutions Incorporated
    75. Quallium Corporation
    76. Randstad Interim Inc.
    77. Reticle Ventures Canada Incorporated
    78. Rockwell Collins Canada Inc.
    79. S.i. Systems Ltd.
    80. Sierra Systems Group Inc.
    81. SoftSim Technologies Inc.
    82. Solana Networks INC.
    83. Somos Consulting Group Ltd.
    84. Spaghetti Logic Inc.
    85. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    86. Systemscope Inc.
    87. T.E.S. Contract Services INC.
    88. TAG HR The Associates Group Inc.
    89. Thales Canada Inc.
    90. The AIM Group Inc.
    91. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    92. The Devon Group Ltd.
    93. The Halifax Computer Consulting Group Inc.
    94. The KTL Group, Inc.
    95. Tiree Facility Solutions Inc.
    96. TPG Technology Consulting Ltd.
    97. Trillys Systems inc.
    98. TRM Technologies Inc.
    99. Turtle Island Staffing Inc.
    100. Unisys Canada Inc.
    101. Valcom Consulting group Inc.
    102. Veritaaq Technology House Inc.

    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)

    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
    Luc Maillet
    Email
    luc.maillet@forces.gc.ca

    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
    Unspecified
    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: