CFSCE System Admin

Solicitation number W2037-190108/A

Publication date

Closing date and time 2019/04/10 14:00 EDT

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: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    CFSCE System Admin
    
    W2037-190108/A
    Correia-Reid, Vincent
    Telephone No. - (613) 545-8738 (    )
    Fax No. - (613) 545-8067 (    )
    
    Line 1, CFSCE System Admin
    
    This requirement is only open to the below list of pre-qualified suppliers under the Task-based Informatics Supply Arrangement.
    
    The Canadian Forces School of Communications and Electronics (CFSCE), Department of National Defence (DND) requires contracted support for a range of informatics professional services for command and control(C2) and radio systems support.  
    
    The Task-based Informatics Professional Services Supply Arrangement Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for Task-based Informatics Professional Services Supply Arrangement, please contact Public Works and Government Services Canada (PWGSC) at: rcnmdai.ncrimos@tpsgc-pwgsc.gc.ca
     
    For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services. 
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
     
    List of Pre-Qualified Suppliers:
    
    1. ADGA Group Consultants Inc. 
    2. ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE 
    3. ADRM Technology Consulting Group Corp. 
    4. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 
    5. Calian Ltd. 
    6. IAN MARTIN LIMITED 
    7. IBISKA Telecom Inc. 
    8. iVedha Inc. 
    9. Michael Wager Consulting Inc. 
    10. Protak Consulting Group Inc. 
    11. S.i. Systems Ltd. 
    12. Thales Canada Inc. 
    13. Tundra Technical Solutions Inc 
    14. Valcom Consulting group Inc. 
    
    The List of Pre-Qualified Suppliers was generated based on the following search criteria:
    
    Professional Service: TBIPS Supply Arrangement
    Number of Resources and Level of Effort:
    2 x I.9 System Administrator - Senior 1 x I.10 Technical Architect - Senior 4 x I.9 System Administrator - Intermediate 2 x T.1 Radio Frequency (RF) Systems Specialist - Intermediate 
    Supplier Security Clearance: FSC - Secret
    Document Safeguarding: None Required
    Region/Metropolitan Area: Ontario
    Should the search result list only include suppliers that are qualified on all the selected categories?: Yes
    Aboriginal Suppliers Only: No
    Estimated Requirement Dollar Value Range: Greater than $2 Million
    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
    Correia-Reid, Vincent
    Phone
    (613) 545-8738 ( )
    Email
    Vincent.Correia-Reid@pwgsc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    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
    002
    English
    17

    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)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest 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: