SAP Ariba system maintenance

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

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

Project Management and Engineering Support Services

Solicitation number W6369-18DE41/A

Publication date

Closing date and time 2019/01/23 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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:  W6369-18DE41/A
    Contracting Authority: James Kelly
    Organization name: PWGSC/STAMS
    Phone Number:  613-944-4482
    E-Mail:   james.kelly@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, for all Resource Categories listed below 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. The capitalized terms not defined in this bid solicitation have the meaning given to them in the TBIPS SA.
    
    Resource Categories:
    A.6 Programmer/Software Developer - Level 2
    A.6 Programmer/Software Developer - Level 3
    A.8 System Analyst - Level 2
    A.8 System Analyst - Level 3
    A.10 Test Coordinator - Level 2
    A.10 Test Coordinator - Level 3
    A.12 Web Architect - Level 2
    A.12 Web Architect - Level 3
    1.5 IM Architect - Level 2
    1.5 IM Architect - Level 3
    I.6 Network Analyst - Level 2
    I.6 Network Analyst - Level 3
    I.10 Technical Architect - Level 2
    I.10 Technical Architect - Level 3
    B.1 Business Analyst - Level 2
    B.1 Business Analyst - Level 3
    B.9 Courseware Developer - Level 2
    B.9 Courseware Developer - Level 3
    B.12 Network Support Specialist - Level 2
    B.12 Network Support Specialist - Level 3
    B.14 Technical Writer - Level 2
    B.14 Technical Writer - Level 3
    P.1 Change Management Consultant - Level 2
    P.1 Change Management Consultant - Level 3
    P.9 Project Manager - Level 2
    P.9 Project Manager - Level 3
    P.10 Project Scheduler - Level 2
    P.10 Project Scheduler - Level 3
    P.12 Risk Management Specialist - Level 2
    P.12 Risk Management Specialist - Level 3
    C.3 IT Security TRA and SA&A Specialist - Level 2
    C.3 IT Security TRA and SA&A Specialist - Level 3
    C.6 IT Security Engineer - Level 2
    C.6 IT Security Engineer - Level 3
    
    Description of the requirement:
    
    To provide IM/IT support in designing, building and deploying Information Management / Information Technology Solutions.
    
    The Bidder must propose one resource for each of the following resource categories:
    
    A. A.6  Programmer / Software Developer (Level 3)
    B. I.10 Technical Architect (Level 3)
    C. B.1 Business Analyst (Level 3)
    D. B.12 Network Support Specialist (Level 3)
    E. B.14 Technical Writer (Level 3)
    F. P.9 Project Manager (Level 3)
    G. P.12 Risk Management Specialist (Level 3)
    H. C.6 IT Security Engineer (Level 3)
    
    Anticipated Start Date:
    
    April 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. For more information on personnel and organization security screening or security clauses, Bidders should refer to the, Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. 
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award of up to two contracts. Each contract will be for two years plus three one-year irrevocable options allowing Canada to extend the term of the contracts.  
    
    Incumbent:
    
    Vendor name(s): Modis Canada Inc.
    Contract Value:  $18,287,083.80
    
    Inquiries:
    
    Inquiries regarding this RFP requirement must be submitted to the PWGSC Procurement Authority above.  
    
    IMPORTANT NOTICE TO BIDDERS:
    
    1. This solicitation document is available in PDF format only. 
    
    2. 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
    
    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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Kelly, James
    Phone
    (613) 944-4482 ( )
    Email
    james.kelly@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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    008
    English
    38
    008
    French
    7
    007
    English
    27
    007
    French
    4
    006
    English
    29
    006
    French
    3
    005
    English
    31
    005
    French
    4
    004
    English
    33
    004
    French
    2
    003
    English
    34
    003
    French
    3
    002
    English
    39
    002
    French
    6
    001
    English
    59
    001
    French
    6
    000
    English
    192
    000
    French
    7

    Access the Getting started page for details on how to bid, and more.

    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)
    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.

    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.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: