TBIPS – Technical Architect I.10 (Level 2)

Solicitation number W6369-19-X035

Publication date

Closing date and time 2019/01/31 14:00 EST


    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) Technical Architect, I.10 (Level 2)

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

    01 Millennium Consulting Inc.

    2707209 Canada Inc. o/a Kleins Consulting

    3902641 Canada Inc

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

    49 Solutions Inc.

    6362222 CANADA INC., doing business as the Createch Group

    A Hundred Answers Inc.

    Accenture Inc.

    Adhartas Consulting Inc.

    Adobe Systems Canada Inc.

    Advanced Chippewa Technologies Inc.

    Alika Internet Technologies Inc.

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Apption Corporation

    Axio Solutions Inc.

    Belham PDS Inc.

    BiR Consulting Inc.

    Bridgetown Consulting Inc.

    C3SA CYBERNETIC SECURITY AUDIT INC.

    Calian Ltd.

    Cisco Systems Canada Co.

    CloseReach Ltd.

    Cofomo Inc.

    CompuCom Canada Co.

    Computer Sciences Canada Inc. /Les sciences de l’informatique Canada Inc.

    Contract Community Inc/

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

    Dalian Enterprises and Coradix Technology Consulting, in joint venture

    DLS Technology Corporation

    Donna Cona Inc/

    DWP Solutions Inc.

    Dyna Lync 2000 Inc.

    Emerion

    ENET4S SOFTWARE SOLUTIONS LTD

    Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV

    Etico, Inc.

    Excel Human Resources Inc.

    Four Point Solutions Ltd.

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

    Gelder, Gingras & Associates Inc.

    General Dynamics Land Systems – Canada Corporation

    Groupe Alithya Inc / Alithya Group Inc

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

    HubSpoke Inc.

    IAN MARTIN LIMITED

    IBM Canada Limited/IBM Canada Limit/e

    iFathom Corporation

    Integra Networks Corporation

    Isheva Inc.

    Itergy International Inc.

    Koroc Consulting Inc., Isheva Inc. in JOINT VENTURE

    Lansdowne Technologies Inc.

    Leverage Technology Resources Inc.

    LIKE 10 INC.

    Lintex Computer Group Inc.

    Lumina IT inc.

    Maplesoft Consulting Group Inc.

    MaxSys Staffing & Consulting Inc.

    Messa Computing Inc.

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

    Microsoft Canada Inc.

    Modic Canada Inc

    NATTIO INC.

    NavPoint Consulting Group Inc.

    Neosoft Technologies Inc.

    Nexus Systems Group Inc.

    Nortak Software Ltd.

    nTech Conseil Inc. Ntech Consulting Inc., EL-HOSS Consulting INC., in joint venture

    OnX Enterprise Solutions Ltd.

    OpenFrame Technologies and Mindstream TC & PSB in Joint Venture

    Orangutech Inc.

    PlanIT Search Inc.

    Precision IT Inc, IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE

    Procom Consultants Group Ltd/

    Prolity Corporation

    Protak Consulting Group Inc.

    R.J.R. Innovations Inc/

    Reticle Ventures Canada Incorporated RS Tec Systems Inc

    Scalar Decisions Inc

    SnapSearch Inc/

    Solana Networks INC.

    Spaghetti Logic Inc.

    SRA Staffing Solutions Ltd.

    Symbiotic Group Inc.

    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

    T.I.7 Inc. in Joint Venture with Tiree Consulting Inc.

    Teambuilder Consulting Inc.

    TELUS Communications Inc.

    The AIM Group Inc.

    The Devon Group Ltd.

    THE SOURCE STAFFING SOLUTIONS INC.

    Thomas&Schmidt Inc.

    TPG Technology Consulting Ltd.

    TRM Technologies Inc.

    Turtle Technologies Inc.

    Valcom Consulting Group Inc.

    WorldReach Software Corporation

    Description of Work:

    This requirement is for one Technical Architect, I.10 (Intermediate) resource in support to Imaging Systems Program Management (ISPM) for the Department of National Defence (DND) in Ottawa, Ontario.

    Imaging System Program Management is the organization responsible for identifying, implementing, and maintaining handheld imaging acquisition/processing capability for the Canadian Armed Forces (CAF). The still and video Images captured by CAF Imagery Technicians during domestic and international military operations require the combined capability of high-end multimedia workstations, imaging software, and other imaging computerized devices to process and electronically distribute images across CAF.

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

    Security Requirement: Common PS SRCL #21 applies

    Minimum Corporate Security Required: Facility Security Clearance (FSC)

    Minimum Resource Security Required: Secret

    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)

    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
    Imbert, Maxime
    Email
    maxime.imbert@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: