Bid Analysis IT Solution Consulting

Solicitation number EN578-201936/B

Publication date

Closing date and time 2020/01/24 14:00 EST


    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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    This bid solicitation cancels and supersedes previous bid solicitation number EN578-201936/A dated 21 November 2019 with a closing of 9 December 2019 at 2 pm EST. A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.
    
    Tendering Procedure: Selective Tendering
    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the Information Management/Business Intelligence Stream.
    
    The following SA Holders have been invited to submit a proposal:
    1. Accenture Inc.
    2. ADGA Group Consultants Inc.
    3. ASC Gp, Inc.
    4. Canadian Development Consultants International Inc.
    5. Coradix technology Consulting Ltd
    6. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    7. Dapasoft Inc
    8. Deloitte Inc.
    9. ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    10. I4C INFORMATION TECHNOLOGY CONSULTING INC
    11. LNW Consulting Inc
    12. MDA Systems Ltd.
    13. Pleasant Solutions Inc.
    14. Solutions Moerae Inc
    15. Unisys Canada Inc.
    
    Description of Work:
    This bid solicitation, issued under the framework of the of the Solutions-Based Informatics Professional Services (SBIPS) method of supply (EN537-05IT01), is to satisfy the requirement of Public Services and Procurement Canada (PSPC) (the “Client”) on behalf of the Department of National Defence (DND) for the provision of an Information Management / Business Intelligence IT solution to perform bid analysis for the DND Future Aircrew Training (FAcT) Program solicitation process.
    
    The work is currently not being performed by a contracted resource.
    
    The contract period will be for three (3) years from the date of contract with an irrevocable option to extend it  for up to one (1) additional one-year period.
    
    Security Requirement:
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required:  Reliability
    
    Contract Authority:
    Name: Robert Davis
    Phone Number: 613-971-6299
    Email Address: robert.davis@tpsgc-pwgsc.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: Solutions-Based Informatics Professional Services (SBIPS) 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-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
    Davis, Rob
    Phone
    (613) 971-6299 ( )
    Email
    Robert.Davis@tpsgc-pwgsc.gc.ca
    Address
    25 Nicholas, 17th Floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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.