Application Lifecycle Services to the Canadian Armed Forces Central Computation Pay System.

Solicitation number W6369-210239/A

Publication date

Closing date and time 2021/06/22 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    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: 
    
    NPP Amendment #1.
    
    The Notice of Proposed Procurement (NPP) Amendment #1 is to extend Solicitation period to June 22, 2021.
    
    Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) - W6369-210239/A - Application Lifecycle Services to the Canadian Armed Forces (CAF) Central Computation Pay System (CCPS)
    
    This procurement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 2 for services for the following categories across the Work streams I, III, IV and V.
    
    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 Director Human Resources Information Management (DHRIM), in support of the Director Military Pay Accounts Processing (DMPAP) and on behalf of the Department of National Defence (DND), has a requirement for the provision of Task-Based Informatics Professional Services in support of the Canadian Armed Forced (CAF) Central Computation Pay System (CCPS).
    
    Only TBIPS Supply Arrangement (SA) Holders currently holding a TBIPS SA for Tier 2, in the following streams, in the National Capital Region under the EN578-170432 series of SAs are eligible to compete.
    
    Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
    
    Submission of Bids:
    
    BIDS MUST BE SUBMITTED ONLY TO THE PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC) BID RECEIVING UNIT VIA E-POST CONNECT.
    
    Note:  For bidders needing to register with epost Connect the email address is: tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca.  
    Interested Bidders must register as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).  Requests to open an epost Connect conversation received after that time may not be answered.
    
    Note: Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.
    
    Due to the nature of the bid solicitation, bids transmitted by facsimile or electronic mail to PWGSC will not be accepted. For additional information on the submission of bids using epost Connect, please refer to the RFP.
    
    Description of the Requirement:
    
    The scope of this requirement is for the provision of services on an  basis for the following resource categories:
    
    Two (2)-A.1 Application/Software Architect, Level 3
    Five (5)-A.7 Programmer/analyst, Level 3
    Three (3)-A.11 Tester, Level 3
    Two (2)-B.13 Operations Support Specialist, Level 3
    Two (2)-I.2 Database Administrator, Level 3
    One (1)-P.11 Quality Assurance Analyst, Level 3
    Three (3)-A.6 Programmer/Software Developer, Level 2
    Three (3)-A.7 Programmer/Analyst, Level 2
    Two (2)-A.11 Tester, Level 2
    One (1)-B.11 Instructor, IT, Level 3
    One (1)-B.14 Technical Writer, Level 3
    One (1)-I.1 Data Conversion Specialist, Level 3
    One (1)-I.7 Platform Analyst, Level 2
    One (1)-P.9 Project Manager, Level 3
    
    Number and proposed period of contract(s):
    
    It is intended for result in the award of up to two contracts. Each contract will be for three years plus two one-year irrevocable options allowing Canada to extend the term of the contract.
    
    Anticipated Start Date:  August 2021
    
    Security Requirement:
    
    There are security requirements associated with this requirement (SRCL: Common PS SRCL #19).  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 Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
     
    Accessible Procurement:
    
    Public Services and Procurement Canada (PSPC)'s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
    
    Incumbents:
    
    Contract Number:W6369-14P5GU/003/ZM
    Name of Contractor:Mindwire Systems Ltd.  
    Contract Period:From October 23, 2015 to July 22, 2021
    Contract Value:$11,919,240.00 (Taxes included)
    
    Contract Number:W6369-14P5GU/004/ZM
    Name of Contractor:Mindwire Systems Ltd.  
    Contract Period:From October 23, 2015 to July 22, 2021
    Contract Value:$10,937,157.00 (Taxes included)
    
    Delivery Date: Above-mentioned
    
    Enquiries
    
    All questions in relation to this solicitation must be sent via email to Bikina Kaliningondo at Bikina.Kaliningondo@pwgsc-tpsgc.gc.ca.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    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.

    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
    Kaliningondo, Bikina
    Phone
    (613) 858-9365 ( )
    Email
    bikina.kaliningondo@tpsgc-pwgsc.gc.ca
    Fax
    () -
    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
    003
    English
    36
    003
    French
    6
    002
    English
    27
    002
    French
    6
    001
    English
    35
    001
    French
    8
    000
    English
    136
    000
    French
    18

    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.

     

    Date modified: