TBIPS - One (1) System Administrator Level 2 and One (1) System Administrator Level 3

Solicitation number W6369-21-X031

Publication date

Closing date and time 2021/06/15 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:

    W6369-21-X031

    Solicitation Number:

    W6369-21-X031

    Organization Name:

    Department of National Defence – Director Services Contracting 4

    Solicitation Date:

    17 May 2021

    Closing Date:

    15 June 2021, 02:00 PM Eastern Daylight Time (EDT)

    Anticipated Start Date:

    Date of Contract Award

    Estimated Delivery Date:

    N/A

    Estimate Level of Effort: 

     235 days per resources per year

    Contract Duration:

    The contract period will be for approximately one (1) year from the date of contract award, with three (3) one-year option periods.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    CPTPP, WTO-AGP, CFTA, CCFTA, CPFTA, CColFTA, CPanFTA, CHFTA and CKFTA

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    One (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:

    Stream 3 (I) IM/IT Services

    One (1) I.9 System Administrator, Level 2;

    One (1) I.9 System Administrator, Level 3.

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

    2Keys Corporation Calian Ltd.

    Accenture Inc.

    ADGA Group Consultants Inc.

    C3SA CYBERNETIC SECURITY AUDIT INC.

    Calian Ltd.

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

    Coradix technology Consulting Ltd.

    Deloitte Inc.

    Excel Human Resources Inc.

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

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

    IBISKA Telecom Inc.

    IBM Canada Limited/IBM Canada Limitée

    iFathom Corporation

    IPSS INC.

    Michael Wager Consulting Inc.

    Mindwire Systems Ltd.

    Modis Canada Inc

    Promaxis Systems Inc

    Raymond Chabot Grant Thornton Consulting Inc.

    Softchoice Corporation

    TeraMach Technologies Inc.

    The Halifax Computer Consulting Group Inc.

    TRM Technologies Inc.

    Description of Work:

    The Department of National Defence (DND), specifically the Mapping and Charting Establishment (MCE), requires on an “as and when requested” basis, using Task Authorizations, One (1) System Administrator Level 2 and One (1) System Administrator Level 3 to perform services in support of the work being conducted under the Canadian Forces Intelligence Group (CFINTGP ).

    There is no contract currently in place for this requirement.

     Security Requirement: Common PS SRCL #41 applies

    Minimum Corporate Security Required: FSC Secret

    Minimum Resource Security Required: Secret

    Contracting Authority

    Name: Rogelio Orsetti

    E-Mail Address: Rogelio.Orsettipetrocelli@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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Orsetti Petrocelli, Rogelio
    Phone
    613-715-0853
    Email
    Rogelio.Orsettipetrocelli@forces.gc.ca
    Address
    105 Hotel de Ville
    Gatineau, QC, J8X 4H7
    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
    Canada
    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: