Enterprise Information Technology Service Management (EITSM) -
TBIPS RFP

Solicitation number W6369-12P5TU/A

Publication date

Closing date and time 2012/05/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
     REQUEST FOR PROPOSAL (RFP)
    
    Introduction:
    
    The Department of Public Works and Government Services Canada
    (PWGSC) is soliciting proposals from Bidders, on behalf of its
    client the Department of National Defence, for the provision of
    informatic professional services on an "as and when requested"
    basis in support of the Enterprise Information Technology
    Service Management (EITSM) project.
    
    This requirement is open only to Task-Based Informactics
    Professional Services (TBIPS) Tier 2 Supply Arrangement Holders
    who qualified in the Nation Capital Region under the categories
    for:
    
    B.3 - Business Consultant, Level 2
    B.9 - Courseware Developer, Level 2
    B.11 - Instructor IT, Level 2
    B.14 - Technical Writer, Level 2
    I.1 - Data Conversion Specialist, Level 2
    
    The following SA Holders are being invited to submit a bid:
    
    1	529040 ONTARIO INC and 880382 ONTARIO INC (o/a GSI
    International Consulting Group) 
    2	Accenture Inc. 
    3	ADGA Group Consultants Inc. 
    4	ADRM TECHNOLOGY CONSULTING GROUP CORP (o/a ADRMTEC) 
    5	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc. (Joint Venture) 
    6	Aerotek ULC (o/a TEKsystems Canada) 
    7	Altis Human Resources (Ottawa) Inc. and Excel Human Resources
    Inc., in Joint Venture 
    8	Ant & Bee Corporation 
    9	BMB Data Consulting Services Inc. 
    10	Calian Ltd. 
    11	CGI Information Systems and Management Consultants Inc. 
    12	CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE 
    13	Cistel Technology Inc. 
    14	Computer Sciences Canada Inc. /Les sciences de l'informatique
    Canada Inc 
    15	Conseillers en Informatique d'affaires C I A inc. 
    16	CORADIX Technology Consulting Ltd. 
    17	CSI Consulting Inc, FoxWise Technologies Inc.,DWP Solutions
    Inc., Innovision Consulting Inc. in JV 
    18	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture 
    19	Deloitte Inc. 
    20	DONNA CONA INC. 
    21	DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE 
    22	Eagle Professional Resources Inc 
    23	EMERION 
    24	EXCEL HUMAN RESOURCES INC. 
    25	FUJITSU CONSULTING (CANADA) INC/FUJITSU CONSEIL (CANADA) INC 
    26	HARRINGTON MARKETING LIMITED (o/a Harrington
    Staffing/Informatics Resources) 
    27	Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie 
    28	I4C INFORMATION TECHNOLOGY CONSULTING INC (o/a I4C Consulting
    Inc) 
    29	IBISKA Telecom Inc. 
    30	IBISKA Telecom Inc. and C M Inc., as a contractual Joint
    Venture 
    31	IBM Canada Ltd. 
    32	Intelligent Technology Solutions Inc. o/a ITS JV 
    33	IT/Net Ottawa Inc. (o/a IT/Net) 
    34	Manpower Services Canada Limited o/a Experis/ManpowerGroup 
    35	MAPLESOFT CONSULTING INC. (o/a Maplesoft Group) 
    36	MetaData Consultants Inc. 
    37	Michael Wager Consulting Inc. (o/a MWCO) 
    38	MODIS CANADA INC. 
    39	Nisha Technologies Inc., Contract Community Inc., IN JOINT
    VENTURE 
    40	NORTAK SOFTWARE LTD. 
    41	PricewaterhouseCoopers LLP (o/a PwC ) 
    42	Professional Computer Consultants Group Ltd. (o/a Procom) 
    43	Randstad Interim Inc. 
    44	S I Systems Ltd 
    45	Sierra Systems Group Inc. 
    46	STATEL CAPITAL TECHNOLOGY PARTNERS INC. (o/a Capital
    Technology Partners) 
    47	SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC (o/a
    Systematix IT Solutions Inc.) 
    48	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE (o/a 45 North Consulting) 
    49	TAG HR The Associates Group Inc. 
    50	TELUS Communications Inc. (o/a TELUS) 
    51	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone Bell du Canada ou Bell 
    52	The Devon Group Ltd. 
    53	TPG Technology Consulting Ltd. 
    54	TPG Technology Consulting Ltd. and InRound Innovations CJV 
    55	TRM Technologies Inc. 
    56	Turtle Technologies Inc. 
    57	Unisys Canada Inc. 
    58	Valcom Consulting Group Inc. 
    59	Veritaaq Technology House Inc. 
    60	Zylog Systems (Ottawa) Ltd.  (o/a Brainhunter Ottawa)
    
    
    Note:
    
    Task-Based Informatics Professional Services (TBIPS) Method of
    Supply is refreshed on an annual basis. If you wish to find out
    how you can be a "Qualified SA Holder", please contact
    RCNMDAI.-NCRIMOS@pwgsc.gc.ca
    
    Objective:
    
    This bid solicitation is being issued to satisfy the requirement
    of the Department of National Defence (DND) (the "Client") for
    the provision of informatics professional services to meet the
    challenges of EITSM project.  
    
    The EITSM project seeks to implement an enterprise service
    lifecycle approach (service strategy, service design, service
    transition, service operation and continual service
    improvement), using the Information Technology Infrastructure
    Library (ITIL) framework, in the designated and classified
    (SECRET) domains both at the strategic (garrison) and tactical
    (deployed) levels.
    
    The objective of the Contract is to implement and integrate the
    Axios assyst tool as part of the EITSM program in the designated
    and classified (SECRET) domains at the strategic (garrison) and
    tactical (deployed) levels.
    
    To achieve EITSM, there will be a need to transition from
    multiple existing services (e.g. the Air Force currently
    provides their own incident management, configuration management
    and change management, using the Axios assyst toolset and have
    their own service desk) to centralized services, using the Axios
    assyst toolset as the standard. This will require the migration
    and integration from existing toolsets
    used for incident, problem, configuration, change and release
    management, etc., to the Axios assyst toolset.
    
    Contract Period and Options:
    
    The period of the Contract will be for an initial one-year
    period with the option to extend the term of the Contract by up
    to three additional one-year periods under the same terms and
    conditions.
    
    Security Requirement: 
    
    There is a security requirement associated with this
    requirement. The Contractor must hold a valid Facility Security
    Clearance at the level of SECRET and Contractor personnel
    requiring access to CLASSIFIED information, assets or sensitive
    work site(s) must each hold a valid personnel security screening
    at the level of SECRET.
    
    For additional information, consult Part 6 - Security, Financial
    and Other Requirements, and Part 7 - Resulting Contract Clauses.
    
    Controlled Goods Program:
    
    This procurement is subject to the Controlled Goods Program.
    
    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)
    • Agreement on Internal Trade (AIT)
    • 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
    Maheson, Vaanee
    Phone
    (819) 956-1770 ( )
    Fax
    (819) 956-8303
    Address
    Place du Portage, Phase III, 12C1
    11 Laurier St./11 rue, Laurier
    Gatineau
    Gatineau, Gatineau, 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.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    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: