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) 

Task-Based Informatics Professional Services (TBIPS) - For DND - DGEAS

Solicitation number W6369-17P5LQ/A

Publication date

Closing date and time 2018/05/03 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / 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: 
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    
    
    This Notice Amendment 004 is issued to exetend the solicitation period until Thursday 03 May 2018.
    
    
    
    Solicitation Number: W6369-17-P5LQ/A
    Contracting Authority: Jean-Francois Tardif
    Organization name: PSPC/SIIPD
    Phone Number: 613-286-6185
    E-Mail: jean-francois.tardif@tpsgc-pwgsc.gc.ca
    
     
    
    This requirement is for: Department of Nation Defence (DND)
    
    Description of the requirement:
    
    The scope of this requirement is for the provision of informatics professional services in order to create, maintain and support custom software as well as COTS applications and to integrate software applications to be provided on an "as and when requested" basis in Ottawa, Ontario.
    
    Limited Tender:
    
    Only TBIPS Supply Arrangement (SA) Holders currently holding a TBIPS SA for Tier 2, in the following resource categories: A1 -
    Application/Software Architect (Level3), A7 - Programmer Analyst (Level 3), A8 - System Analyst (Level 3), A10 - Test Coordinator (Level 3), A11 - Tester (Level 2), B4 - Business Continuity/Disaster Recovery Specialist (Level 3), B6 - Business System Analyst (Level 3), B7 - Business Transformation Architect (Level 3), B9 - Courseware Developer (Level 2), I1 - Data Conversion Specialist (Level 3), I2 - Database Administrator (Level 2), I4 - Database Modeller / IM Modeller (Level 2),
    I5 - IM Architect (Level 3), I10 - Technical Architect (Level 3),
    I11 - Technology Architect (Level 3), P2 - Enterprise Architect (Level 3), P6 - Project Administrator (Level 2), P9 - Project Manager (Level 3), C3 - IT Security TRA and C&A Analyst (Level 3), C6 - IT Security Engineer (Level 3), in the National Capital Region under the EN578-17-432 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.
    
    In order to submit a bid for a given Stream, a SA Holder must be eligible in all resource categories applicable to the given Stream only. SA Holders are not required to be eligible for all resource categories in all Streams.
    
    In each STREAM, the Bidder must propose resources, for the following categories:
    
    
    STREAM 1:
    
    A1 - Application/Software Architect (Level3)
    A7 - Programmer Analyst (Level 3)
    A8 - System Analyst (Level 3)
    A10 - Test Coordinator (Level 3)
    A11 - Tester (Level 2)
    
    STREAM 2:
    
    A1 - Application/Software Architect (Level3)
    A7 - Programmer Analyst (Level 3)
    A8 - System Analyst (Level 3)
    A11 - Tester (Level 2)
    I1 - Data Conversion Specialist (Level 3)
    I2 - Database Administrator (Level 2)
    I4 - Database Modeller / IM Modeller (Level 2)
    
    STREAM 3:
    
    A1 - Application/Software Architect (Level3)
    A7 - Programmer Analyst (Level 3)
    A8 - System Analyst (Level 3)
    A11 - Tester (Level 2)
    P6 - Project Administrator (Level 2)
    P9 - Project Manager (Level 3)
    
    STREAM 4:
    
    A1 - Application/Software Architect (Level3)
    I5 - IM Architect (Level 3)
    I10 - Technical Architect (Level 3)
    I11 - Technology Architect (Level 3)
    B4 - Business Continuity/Disaster Recovery Specialist (Level 3)
    B7 - Business Transformation Architect (Level 3
    B9 - Courseware Developer (Level 2)
    P2 - Enterprise Architect (Level 3)
    C6 - IT Security Engineer (Level 3)
    
    STREAM 5
    
    B6 - Business System Analyst (Level 3)
    C3 - IT Security TRA and C&A Analyst (Level 3)
    
    Security Requirement:
    
    Bidder Facility Security Clearance (FSC) required at the Level of: SECRET
    
    Resource Security Level Required: 
    
    Contractor personnel requiring access to CLASSIFIED or PROTECTED
    information, assets or sensitive work site(s) must be a citizen of Canada or the United States of America, and must EACH hold a valid personnel security screening at the level of SECRET, CONFIDENTIAL, or RELIABILITY STATUS, as required, granted or approved by CISD/PSPC.
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award of up to 2 contracts in each of the 5 Streams (for a possible total of up to 10 contracts), with each contract purchasing Work from only one Stream. Each contract will be for 2 years plus 3 one-year irrevocable options allowing Canada to extend the term of the contract.   
    
    Anticipated Start Date: July 2018
    
    
    IMPORTANT NOTICE TO BIDDERS:
    
    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)
    • 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
    Tardif, Jean-Francois
    Phone
    (613) 286-6185 ( )
    Email
    Jean-Francois.Tardif@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
    French
    3
    007
    French
    1
    008
    English
    47
    007
    English
    39
    006
    French
    1
    006
    English
    28
    French
    14
    005
    French
    2
    English
    16
    005
    English
    29
    004
    French
    1
    004
    English
    30
    003
    French
    0
    French
    14
    003
    English
    31
    English
    17
    002
    French
    3
    002
    English
    37
    001
    French
    1
    001
    English
    48
    French
    50
    000
    French
    8
    English
    55
    000
    English
    220

    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
    Ontario (except NCR)
    ,
    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: