SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

TBIPS – DG Cyber Support

Solicitation number W6369-18-CY02

Publication date

Closing date and time 2018/10/29 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A – INFORMATICS PROFESSIONAL SERVICES

    Reference Number:

    W6369-18-CY02

    Solicitation Number:

    W6369-18-CY02

    Organization Name:

    Department of National Defence

    Solicitation Date:

    2018-10-05

    Closing Date:

    2018-10-29 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2018-11-22

    Estimated Delivery Date:

    2019-11-22

    Estimate Level of Effort: 

     220 days per resource

    Contract Duration:

    The contract period will be for one year from the date of contract.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-GPA, NAFTA, CETA, CFTA, CCFTA, CColFTA, CHFTA, CKFTA, CPanFTA, CUFTA and CPFTA

    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 National Capital Region for the following categories:

    Three (3) Level 3 Project Managers

    Three (3) Level 2 Courseware Developers

    Three (3) Level 2 Project Coordinators

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

    • Conoscenti Technologies Inc.

    • Ernst & Young LLP

    • IDS Systems Consultants Inc.

    • Lansdowne Technologies Inc.

    • Maplesoft Consulting Inc.

    • Mindwire Systems Ltd.

    • Modis Canada Inc

    • New Technologies Inc.

    • PRECISIONERP INCORPORATED

    • QMR Staffing Solutions Incorporated

    • Sierra Systems Group Inc.

    • T.E.S. Contract Services INC.

    • Thales Canada Inc.

    • The Devon Group Ltd

    • The KTL Group, Inc

    • IDS Systems Consultants Inc.

    Description of Work:

    Directorate of Cyber Force Development has a requirement for professional services of three (3) Level 3 Project Managers, three (3) Level 2 Courseware Developers and three (3) Level 2 Project Coordinators to support the elaboration of a Cyber Program in support of Canada’s Defence Policy SSE. The delivery location is Ottawa.

    • Bidders must submit a bid for all resource categories; and

    • The work is currently not being performed by a contracted resource.

    Security Requirement:

     

    Minimum Corporate Security Required: FSC Top Secret

    Minimum Resource Security Required: Top Secret SIGINT

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE W6369-18-CY02 - Revision1

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of TOP SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    2. This contract includes access to Controlled Goods. Prior to access, the contractor must be registered in the Controlled Goods Program of Public Works and Government Services Canada (PWGSC).

    3. The Contractor/Offeror personnel requiring access to Protected information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of TOP SECRET, granted or approved by CISD/PWGSC.

    4. The Contractor/Offeror personnel requiring access to CLASSIFIED CANADIAN and FOREIGN RESTRICTED information, assets or sensitive work site(s) must be a citizen of Canada and must EACH hold a valid personnel security screening at the level of SECRET, TOP SECRET or TOP SECRET SIGINT as required, granted or approved by CISD/PWGSC.

    5. The Contractor/Offeror MUST NOT remove any CLASSIFIED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    6. The Contractor personnel requiring access to COMSEC information/assets must be a citizen of Canada, hold a valid security clearance commensurate with the information/assets that will be accessed, have a need-to-know and have undergone a COMSEC briefing and signed a COMSEC Briefing certificate. Access by foreign nationals or resident aliens must be approved by the Head of IT Security Client Services at CSEC on a case-by-case basis.

    7. The Contractor must complete and submit a Foreign Ownership, Control and Influence (FOCI) Questionnaire and associated documentation identified in the FOCI Guidelines for Organizations prior to contract award to identify whether a third party individual, firm or government can gain unauthorized access to COMSEC or CLASSIFIED FOREIGN information/assets. Public Works and Government Services Canada (PWGSC) will determine if the company is “Not Under FOCI” or “Under FOCI”. When an organization is determined to be Under FOCI, PWGSC will ascertain if mitigation measures exist or must be put in place by the company so it can be deemed “Not Under FOCI through Mitigation”.

    The contractor shall at all times during the performance of the contract possess a letter from PWGSC identifying the results of the FOCI assessment with a FOCI designation of Not Under FOCI or Not Under FOCI through Mitigation.

    All changes to Questionnaire and associated FOCI evaluation factors must immediately be submitted to the Industrial Security Sector (ISS) to determine if the changes impact the FOCI designation.

    8. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    9. The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide (if applicable), attached at Annex C

    (b) Industrial Security Manual (Latest Edition).

    NOTE: There are multiple levels of personnel security screenings associated with this file. In this instance, a Security Classification Guide must be added to the SRCL clarifying these screenings. The Security Classification Guide is normally generated by the organization's project authority and/or security authority.

    NOTE: There are multiple levels of release restrictions associated with this file. In this instance, a Security Guide should be added to the SRCL clarifying these restrictions. The Security Guide is normally generated by the organization's project authority and/or security authority.

    Procurement Authority

    Name: Rosie Haddad

    Email Address: Rosie.Haddad@forces.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Procurement Authority named above. Request for Services (RFS) documents will be e-mailed directly from the Procurement 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: A notice will be posted on the GETS for the duration of the Supply Arrangement Period to allow new suppliers to become qualified and to allow existing suppliers, who have been issued a supply arrangement to qualify for classifications, streams and/or sub-streams for which they are not already pre-qualified. No existing Supplier will be removed from the qualified supplier list because of the addition of new Suppliers.

    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)

    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
    Haddad, Rosie
    Email
    rosie.haddad@forces.gc.ca
    Address
    101 Colonel By Drive
    Ottawa, ON, K1A 0K2
    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
    World
    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: