SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

TBIPS Professional Services - Application/Software Architect

Solicitation number W0125-18RD01/A

Publication date

Closing date and time 2018/09/19 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: 
    
    Application/Software Architect
    
    Tendering Procedure: Selective Tendering
    
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region, Stream 1: Applications Services for the following category:
    
    One (1) Level 2 Application/Software Architect 
    
    The following SA Holders have been invited to submit a proposal:
    
    1. Adhartas Consulting Inc. 
    2. Calian Ltd. 
    3. CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE
    4. Contract Community Inc. 
    5. Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV 
    6. Ernst & Young LLP 
    7. I.M.P. Group Limited 
    8. MAXIMUS Canada Services, Inc. 
    9. Modis Canada Inc 
    10. Nortak Software Ltd. 
    11. Primex Project Management Limited 
    12. Promitus Solutions Ltd., in Joint Venture with Icorp.ca Inc., Fineworks, Hamilton, Thomas & Associates Ltd., Elemental Strategies Inc. 
    13. Spectra FX Inc. 
    14. The AIM Group Inc. 
    15. WorkDynamics Technologies Inc.
    
    DESCRIPTION OF WORK:
    
    The Department of National Defence (DND) has a requirement for an Application and Software Architect for their Royal Canadian Air Force Aerospace Warfare Centre (RAWC) in the National Capital Region (NCR).
    
    The RAWC requires an Application and Software Architect for their Modeling and Simulation (M&S) systems at the Royal Canadian Air Force (RCAF) Modelling and Simulation Environment (RMSE). The Contractor will work in conjunction with senior members of the RAWC and outside stakeholders such as United States Air Force (USAF) and the North Atlantic Treaty Organization (NATO) to deliver a custom database.
    
    Security Requirement: Common PS SRCL #21 applies
    
    Minimum Corporate Security Required: Facility Security Clearance (FSC) - SECRET
    
    Minimum Resource Security Required:  SECRET
    
    PROPOSED PERIOD OF CONTRACT:
    
    The contract period will be from Date of Contract Award until 12 months later; with an irrevocable option to extend the contract period for up to three (3) additional one (1) year periods.
    
    CONTRACTING AUTHORITY:
    
    Essa, Zobia
    Telephone No. - (905) 615-2080 
    E-mail - zobia.essa@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. All inquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the bid closing date.  Inquires received after that time may not be answered.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)
    • 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
    Essa, Zobia
    Phone
    (905) 615-2080 ( )
    Email
    zobia.essa@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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

    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: