Enterprise Resource Planning System Analyst

Solicitation number W8485-TBIPS2021-02

Publication date

Closing date and time 2020/10/01 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    This requirement is only open to the below list of pre-qualified suppliers under the Task Based Informatics Professional Services (TBIPS).

    TASK BASED EN578-170432/B PROFESSIONAL SERVICES REQUIREMENT

    FILE NUMBER: W8485-TBIPS2021-02

    TIER 1 (< $2M)

    This requirement is for the Department of National Defence (DND).

    This requirement is for the Stream 1: Application Services, sub-category A.4 – Enterprise Resource Planning System Analyst (Senior, Level 3).

    Number of Contracts: This bid solicitation is intended to result in the award one (1) contract for one (1) year, plus three (3) irrevocable option years allowing Canada to extend the term of the Contract.

    Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM (https://buyandsell.gc.ca/tenders).

    Location of Work to be Performed

    Region(s): National Capital Region

    Specific Location(s): 455 Boulevard de la Carrière, QC

    Security Requirement

    Security Requirements Check List: Common PS SRCL #41

    Supplier Security Clearance required: FSC - Secret

    Security Level required (Document Safeguarding): None

    Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

    File Number: W8485-TBIPS2021-02

    DND POC: Nadia Picard

    E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    The Department of National Defence (DND) requires the services of one (1) Enterprise Resource Planning (ERP) System Analyst, Level 3 Senior, with a specialization in SAP to provide support to the Directorate of Aerospace Equipment Program Management (DAEPM).

    Documents may be submitted in either official language of Canada.

    The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC) at: RCNMDAI.-NCRIMOS@tpsgc-pwgsc.gc.ca.

    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services.

    List of Pre-Qualified Suppliers

    This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:

    1. 01 Millennium Consulting Inc.
    2. 1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture
    3. 2iSolutions Inc.
    4. 4Plan Consulting Corp.
    5. 7 Theta Inc
    6. A Hundred Answers Inc.
      1. Net Solutions Inc.
    7. Accenture Inc.
    8. Access Corporate Technologies Inc.
    9. ADGA Group Consultants Inc.
    10. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    11. ADRM Technology Consulting Group Corp.
    12. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    13. Advanced Chippewa Technologies Inc.
    14. Aerotek ULC
    15. Alcea Technologies Inc.
    16. Alika Internet Technologies Inc.
    17. ALITHYA CANADA INC
    18. ALTRUISTIC INFORMATICS CONSULTING INC.
    19. Andrew Mazeikis, Andrew Lee
    20. AZUR HUMAN RESOURCES LIMITED
    21. BBG Management Corporation
    22. BDO Canada LLP
    23. Beyond Technologies Consulting Inc.
    24. BiR Consulting Inc.
    25. BMB Data Consulting Services Inc.
    26. BP & M Government IM & IT Consulting Inc.
    27. Bridgetown Consulting Inc.
    28. Buchanan Technologies Ltd
    29. C3SA CYBERNETIC SECURITY AUDIT INC.
    30. Cache Computer Consulting Corp.
    31. Calian Ltd.
    32. CGI Information Systems and Management Consultants Inc.
    33. Cistel Technology Inc.
    34. CloseReach Ltd.
    35. CM Inc.
    36. Cofomo Inc.
    37. Cofomo Ottawa
    38. Cogniva Information Solutions Inc.
    39. Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    40. Confluence Consulting Inc.
    41. Conoscenti Technologies Inc.
    42. Contract Community Inc.
    43. Coradix technology Consulting Ltd.
    44. CSI Consulting Inc.
    45. CVL INFORMATION SOLUTIONS INC.
    46. Dare Human Resources Corporation
    47. Deloitte Inc.
    48. DLS Technology Corporation
    49. Donna Cona Inc.
    50. Eagle Professional Resources Inc.
    51. EMINENT SYSTEMS INC.
    52. Emtec Infrastructure Services Canada Corporation
    53. ENET4S SOFTWARE SOLUTIONS LTD
    54. Eperformance Inc.
    55. Equasion Business Technologies Consulting Inc
    56. Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV
    57. Ernst & Young LLP
    58. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    59. Etico, Inc.
    60. Evolving Web Inc.
    61. Excel Human Resources Inc.
    62. Flex Tech Services Inc.
    63. FreeBalance Inc.
    64. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    65. GCSTRATEGIES INCORPORATED
    66. Gevity Consulting Inc. / Gevity Conseil Inc.
    67. GREEN LIGHT CONSULTING SOLUTIONS INC.
    68. Harrington Marketing Limited
    69. HCM WORKS INC./HCM TRAVAIL INC.
    70. I.M.P. Group Limited
    71. I4C INFORMATION TECHNOLOGY CONSULTING INC
    72. IAN MARTIN LIMITED
    73. IBISKA Telecom Inc.
    74. IBM Canada Limited/IBM Canada Limitée
    75. IDEV Solutions Inc.
    76. IDS Systems Consultants Inc.
    77. iFathom Corporation
    78. InfoMagnetics Technologies Corporation (IMT)
    79. Infosys Public Services Inc
    80. Intergraph Canada Ltd
    81. IPSG Technology Inc.
    82. IPSS INC.
    83. Isheva Inc.
    84. IT/Net - Ottawa Inc.
    85. iVedha Inc.
    86. KPMG LLP
    87. Lannick Contract Solutions Inc.
    88. Lansdowne Technologies Inc.
    89. Le Groupe Conseil Bronson Consulting Group
    90. Leo-Pisces Services Group Inc.
    91. Leverage Technology Resources Inc.
    92. LIKE 10 INC.
    93. LNW Consulting Inc
    94. Logic 2000 Incorporated
    95. Logica Consulting Inc
    96. Lumina IT inc.
    97. Maplesoft Consulting Inc.
    98. Maverin Inc.
    99. MAXIMUS Canada Services, Inc.
    100. MaxSys Staffing & Consulting Inc.
    101. MDA Systems Ltd.
    102. Messa Computing Inc.
    103. Metaflow Inc.
    104. MGIS Inc.
    105. Michael Wager Consulting Inc.
    106. Microsoft Canada Inc.
    107. Miipe Inc.
    108. Mindwire Systems Ltd.
    109. MNP LLP
    110. Modis Canada Inc
    111. Myticas Consulting Inc.
    112. N12 Consulting Corporation
    113. NATTIQ INC.
    114. NavPoint Consulting Group Inc.
    115. Newfound Recruiting Corporation
    116. Nisha Technologies Inc.
    117. Nortak Software Ltd.
    118. Northern Micro Inc.
    119. NRNS Incorporated
    120. Olav Consulting Corp
    121. ONIX Networking Canada Inc.
    122. OPIN Software Inc.
    123. Orangutech Inc.
    124. Paralucent Inc
    125. Pentelar Inc.
    126. PlanIT Search Inc.
    127. Pleiad Canada Inc.
    128. PRECISIONERP INCORPORATED
    129. Pricewaterhouse Coopers LLP
    130. Primex Project Management Limited
    131. Procom Consultants Group Ltd.
    132. Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    133. Proex Inc.
    134. Prolity Corporation
    135. Prologic Systems Ltd.
    136. Protak Consulting Group Inc.
    137. QA CONSULTANTS INC.
    138. QMR Staffing Solutions Incorporated
    139. Quality Services International
    140. Quallium Corporation
    141. Randstad Interim Inc.
    142. Raymond Chabot Grant Thornton Consulting Inc.
    143. Robertson & Company Ltd.
    144. Robina and Biban Associates Inc.
    145. RS Tec Systems Inc
    146. S.I. SYSTEMS ULC
    147. SEASI Consulting Inc.
    148. Semantic Consulting Inc
    149. SERTI Placement TI inc.
    150. Shore Consulting Group Inc.
    151. Sierra Systems Group Inc.
    152. Solutions Moerae Inc
    153. Spaghetti Logic Inc.
    154. Spearhead Management Canada Ltd.
    155. Spectra FX Inc.
    156. SRA Staffing Solutions Ltd.
    157. StoneShare Services Inc.
    158. Strategic Relationships Solutions Inc.
    159. Sundiata Warren Group Inc.
    160. Symbiotic Group Inc.
    161. Synonics Inc.
    162. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    163. T.E.S. Contract Services INC.
    164. Talentlab Inc.
    165. Teambuilder Consulting Inc.
    166. TechWind Inc.
    167. TECSIS Corporation
    168. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    169. TELUS Communications Inc.
    170. The Addmore Group Inc.
    171. The AIM Group Inc.
    172. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    173. The Devon Group Ltd.
    174. The Halifax Computer Consulting Group Inc.
    175. The KTL Group, Inc.
    176. THE SOURCE STAFFING SOLUTIONS INC.
    177. The VCAN Group Inc.
    178. Thinking Big Information Technology Inc.
    179. Thomas&Schmidt Inc.
    180. Tiree Facility Solutions Inc.
    181. TPG Technology Consulting Ltd.
    182. Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
    183. Trillys Systems inc.
    184. TRM Technologies Inc.
    185. Tundra Technical Solutions Inc
    186. Unisys Canada Inc.
    187. Valcom Consulting group 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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Picard, Nadia
    Phone
    819-939-4273
    Email
    nadia.picard@forces.gc.ca
    Fax
    819-939-5042
    Address
    455 de la Carriere
    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
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Open Bidding