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)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Essa, Zobia
- Phone
- (905) 615-2080 ( )
- Email
- zobia.essa@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.