SIGMA system maintenance

Due to a planned maintenance, the integration of updates to supplier financial information in SAP Ariba will be delayed during the times listed below. We apologize for any inconvenience. 

  • Friday, April 25 from 7:00 pm until 8:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Tactical Air Coordination Suite

Solicitation number W8476-185751/A

Publication date

Closing date and time 2020/01/15 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Tactical Air Coordination Suite
    
    W8476-185751/A
    Briere-Provost, Mathieu
    Telephone No. - (819) 420-6029 (    )
    Fax No. - (   )    -     (    )
    Mathieu.Briere-Provost@pwgsc.gc.ca
    
    Line 1, Tactical Air Coordination Suite (TACS)
    
    1. Purpose and Objectives
    
    1.1. The purpose of this Request for Information (RFI) is to request Industry feedback regarding an upcoming competitive procurement process for the Department of National Defence’s (DND) requirement to procure, integrate and support the Tactical Air Coordination Software suite for the Airspace Coordination Center capability.
    
    1.2. Public Services and Procurement Canada’s (PSPC) intent for this Request for Information (RFI) is to engage Industry in a consultative process and to gain a better understanding of current software affordability and availability to support a Commercial off the shelf and/or Military off the shelf (COTS/MOTS) procurement model with limited developmental and task based integration work. The main objectives of this RFI process are:
    
    a) Provide Industry with draft Statement of Work for Acquisition and Sustainment of a software suite;
    b) Provide Industry with draft requirement specification for Acquisition of a software suite;
    c) Provide Industry with anticipated maximum celling for resulting Acquisition and Sustainment contracts;   
    d) Request input on technical feasibility based on the SOW and requirement specifications if needed;
    e) Request input on affordability based on the SOW and requirement specifications if needed;
    f) Obtain industry feedback on any issues that would impact their ability to bid on a resulting solicitation or to deliver on the department’s requirements; and
    g) Facilitate one on one meeting with Industry if requested.
    
    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Briere-Provost, Mathieu
    Phone
    (819) 420-6029 ( )
    Email
    mathieu.briere-provost@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    Gatineau, Québec, K1A 0S5

    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 EN 55
    003 FR 5
    002 EN 45
    002 FR 4
    001 EN 49
    001 FR 4
    000 EN 128
    000 FR 12

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: