IT Professional Services - AFMIS

Solicitation number W8475-195321/A

Publication date

Closing date and time 2019/11/26 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP / CPTPP
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP)
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    Solicitation Number:  W8475-195321/A
    Contracting Authority: Jeremie Mageau-David
    Organization name: PWGSC/STAMS/IPS
    Phone Number:  873-354-7368
    E-Mail:   jeremie.mageau-david@tpsgc-pwgsc.gc.ca
    
    This requirement is for: The Department of National Defence (DND)
    
    Only TBIPS SA Holders currently holding a TBIPS SA for Tier 2, in all required resource categories in this solicitation and in the National Capital Region under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation.
    
    Description of the requirement:
    
    This bid solicitation is being issued to satisfy the requirement of the Department of National Defence (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. The requirement is for the provision of Informatics professional services to support the National Aerospace Planning Process (NAPP) Integration Project for the development and support of the Air Force Master Interface System (AFMIS), which is currently in the design and prototyping stage.
    
    Resources Required (estimated): 
    
    A.1  Applications/Software Architect, LEVEL 3 (1 resource)
    A.6  Programmer/Software Developer, LEVEL 3 (1 resource)
    A.6  Programmer/Software Developer, LEVEL 2 (2 resources)
    B.1 Business Analyst, LEVEL 3 (2 resources)
    P.7 Project Coordinator, LEVEL 3 (1 resource)
    P.11 Quality Assurance Specialist/Analyst, LEVEL 3 (1resource)
    
    The Contractor will provide the services on an "as and when requested" basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract.
    
    Bidders must submit a bid for all resource categories.
    
    Anticipated Start Date:
    
    December 2019
    
    Security Requirement:
    
    There are security requirements associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 Resulting Contract Clauses of the Request for Proposal (RFP). 
    
    Controlled Goods Program:
    
    This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award one (1) contract for three (3) years plus two (2) one-year irrevocable options allowing Canada to extend the term of the contract(s).  
    
    Inquiries:
    
    Inquiries regarding this RFP requirement must be submitted to the PWGSC Procurement Authority above.  
    
    IMPORTANT NOTICE TO BIDDERS:
    
    1. Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis.  If you wish to find out how you can be a Qualified SA Holder, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca
    
    3. This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission.
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Mageau-David, Jérémie
    Phone
    (873) 354-7368 ( )
    Email
    jeremie.mageau-david@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    003 EN 19 2019/11/19
    003 FR 4 2019/11/19
    002 EN 20 2019/11/13
    002 FR 2 2019/11/13
    001 EN 35 2019/11/01
    001 FR 7 2019/11/01
    000 EN 151 2019/10/22
    000 FR 15 2019/10/22
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.