Professional Services

Solicitation number W6399-22CA54/A

Publication date

Closing date and time 2022/11/14 14:00 EST


    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: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP) For 
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    
    GSIN: D302A Professional Services,
    
    Reference Number: W6399-22CA54/A
    Solicitation Number: W6399-22CA54/A
    Organization Name: Public Services and Procurement Canada, Ontario Region - Procurement
    
    
    Estimate Level of Effort:  150 - 250 days per resource
    
    Contract Duration: The contract period will be for two (2) years from the date of contract with irrevocable options to extend it for up to three additional one-year periods
    
    Applicable Trade Agreements: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea/ UK
    
    Comprehensive Land Claim Agreement Applies: No 
    
    Number of Contracts: 1 or 2
    
    Requirement Details
    
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:
    
    1 X G.9 Geographic Information System System Architect (Level 3), 
    1 X I.10 Technical Architect (Level 3) 
    1 X I.9 Systems Administrator(Level3) 
    1 X A.7 Programmer Analyst (Level 3) 
    
    The following SA Holders have been invited to submit a proposal:
    
    1019837 Ontario Inc.  
    Accenture Inc.  
    ADGA Group Consultants Inc. 
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture  
    Deloitte Inc.  
    Excel Human Resources Inc. 
    Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.  
    Maverin Inc.
    Michael Wager Consulting  Inc.  
    Modis Canada Inc  
    Procom Consultants Group Ltd.  
    S.I. SYSTEMS ULC 
    Sierra Systems Group Inc.  
    Tundra Technical Solutions Inc  
    Valcom Consulting Group Inc.
    
    
    Description of Work:
    
    The services are required by National Defence (DND) to design, develop and implement an on-premises enhanced operation management system that allows for distribution of map data overlaid with ISR to multiple devices on a network in a communications degraded environment.   
    
    
    Security Requirement: as per SRCL
    Minimum Corporate Security Required: Facility Security Clearance at the level of TOP SECRET
    Minimum Resource Security Required:  Top Secret
    
    Contract Authority
    Name: Patrick Semple
    Phone Number: 613-449-3112
    Email Address: patrick.semple@pwgsc-tpsgc.gc.ca
    
    
    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above.  Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT "BUYANDSELL.GC.CA" IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS.  The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
    
    NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year.  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-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Semple, Patrick
    Phone
    (613) 449-3112 ( )
    Email
    patrick.semple@pwgsc-tpsgc.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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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: