CDMR App. Architect & Proj. Manager

Solicitation number W7714-176208/C

Publication date

Closing date and time 2017/06/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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) for Task based Informatics Professional Services (TBIPS) - W7714-176208/C
    
    ----------------------------------------------
    
    The Solicitation period has been extended to June 14, 2017.
    
    ---------------------------------------------------------------
    Notice of Proposed Procurement (NPP) for Task based Informatics Professional Services (TBIPS) - W7714-176208/C
    
    This NPP is a for re-tender of the bid solicitation number W7714-176208/A dated February 10, 2017 with a bid closing date of February 27 2017 at 2:00pm.  
    
    
    This procurement is open only to those TBIPS Supply Arrangement Holders who qualified for services under Tier 1 for two categories in Work Stream I (A.1 Application/Software Architect) and Work Stream V (P.9 Project Manager)
    
    The following SA Holders have been invited to submit a proposal: 
    
    1) 2Keys Corporation 
    2) A Hundred Answers Inc.
    3) ADGA Group Consultants Inc. 
    4) BDO Canada LLP
    5) CAE Inc.
    6) Calian Ltd. 
    7) CGI Information Systems and Management Consultants Inc. 
    8) Ernst & Young LLP. 
    9) IBISKA Telecom Inc
    10) IBM Canada Ltd.
    11) IT/NET OTTAWA INC, KPMG LLP, in joint venture
    12) Modis Canada Inc
    13) Pricewaterhouse Coopers LLP
    14) Promaxis Systems Inc
    15) Rockwell Collins Canada Inc.
    16) Solana Networks INC.
    17) Somos Consulting Group Ltd.
    18) Thales Canada Inc.
    19) TRM Technologies Inc.
    
    
    Requirement
    
    This bid solicitation is being issued to satisfy the requirement of Defence Research and Development Canada (DRDC) for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. Defence R&D Canada-Ottawa (DRDC Ottawa) research activities under the Cyber Decision Making and Response (CDMR) project (05AC) requires on an "as and when requested"basis the following TBIPS services:
    
    A.1 Application/Software Architect,  Level 3
    P.9 Project Manager,   Level 3
    
    These two TBIPS resource categories will be providing internal support for smaller related cyber operations science and technology (S&T) research activities, demonstrations, and experiments. The Contractor will be required to coordinate among other CDMR resources / scientists. 
    The contractor must provide resources capable of performing various project planning activities and support services for the Cyber Decision Making and Response (CDMR) project, including exploitation options of the Automated Computer Network Defense ARMOUR.   
    
    The resource may also berequired to support the Automated Cyber Defence Capability (ACDC) research and experimentation activities by:
    
    - Stream 1: A.1 Application / Software Architect, Level 3.  Providing technical support needed to design, architect, evaluate and write high-level research plans;
    
    - Stream 5: P.9 Project Manager, Level3.  Providing project management expertise to support contracting, managing and evaluating deliverables;
    
    It is intended to result in the award of One (1) contract for a period of two (2)years plus three one-year irrevocable options allowing Canada to extend the Term of the contract.
    
    Security Requirement
    
    This procurement contains security requirements.
    
    Enquiries
    
    All questions in relation to this solicitation must be sent viamail to Mr. Bikina Kaliningondo at bikina.kaliningondo@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
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Kaliningondo, Bikina
    Phone
    (873) 469-4754 ( )
    Email
    bikina.kaliningondo@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-1156
    Address
    11 Laurier Street
    11, rue Laurier
    Place du Portage, Phase III, 4C2
    Gatineau, Quebec, K1A0S5

    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)
    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.