TBIPS: ENTERPRISE ARCHITECT - LEVEL 3

Solicitation number W6369-12P5TG/A

Publication date

Closing date and time 2012/06/14 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: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    TBIPS: ENTERPRISE ARCHITECT - LEVEL 3
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    This requirement is for:  Department of National Defence (DND)
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under Tier 2 Stream for Project Management
    Services Class in the National Capital Region.
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under the category for:
    
    P.2 Enterprise Architect, Level 3
    
    
    The following SA Holders have been invited to submit a proposal:
    
    1.	MetaData Consultants Inc. 
    2.	CSI Consulting Inc, FoxWise Technologies Inc.,DWP Solutions
    Inc., Innovision Consulting Inc. in JV
    3.	The Devon Group Ltd.
    4.	Nisha Technologies Inc.	
    5.	1539541 Ontario Inc (o/a NetPulse Services)
    6.	Kelly Services (o/a Kelly Services (Canada), Ltd.)
    7.	Manpower Services Canada Limited o/a Experis/ManpowerGroup
    8.	Valcom Consulting Group Inc.
    9.	CAE PROFESSIONAL SERVICES (CANADA) INC
    10.	Ant & Bee Corporation
    11.	DARE Human Resources Corporation (o/a DARE HR )
    12.	Calian Ltd.
    13.	DPRA Canada Incorporated
    14.	Eagle Professional Resources Inc
    15.	Zylog Systems (Ottawa) Ltd.
    16.	Messa Computing Inc.
    17.	Veritaaq Technology House Inc.
    18.	ADRM TECHNOLOGY CONSULTING GROUP CORP (o/a ADRMTEC)
    19	Aerotek ULC (o/a TEKsystems Canada)
    20.	HARRINGTON MARKETING LIMITED (o/a Harrington
    Staffing/Informatics Resources)
    21.	NORTAK SOFTWARE LTD.
    22.	ProVision IT Resources
    23.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE (o/a 45 North Consulting)
    24.	TPG Technology Consulting Ltd. and InRound Innovations CJV
    25.	TPG Technology Consulting Ltd.
    26.	AMITA Corporation
    27.	IBISKA Telecom Inc.
    28.	IBISKA Telecom Inc. and C M Inc., as a contractual Joint
    Venture
    29.	Unisys Canada Inc.
    30.	S I Systems Ltd
    31.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc. (Joint Venture)
    32.	ALTRUISTIC INFORMATICS CONSULTING INC., APPTION CORPORATION
    IN JOINT VENTURE
    33.	EMERION
    34.	THE CORPORATE RESEARCH GROUP LTD, Mapleworks Technology Inc.
    IN JOINT VENTURE
    35.	STATEL CAPITAL TECHNOLOGY PARTNERS INC. (o/a Capital
    Technology Partners)
    36.	ONX ENTERPRISE SOLUTIONS LTD.
    37.	SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC (o/a
    Systematix IT Solutions Inc.)
    38.	I4C INFORMATION TECHNOLOGY CONSULTING INC (o/a I4C
    Consulting Inc)
    39.	FUJITSU CONSULTING (CANADA) INC/FUJITSU CONSEIL (CANADA) INC
    40.	Intelligent Technology Solutions Inc. o/a ITS JV
    41.	Red Sash Incorporated, Procom Consultants Group Ltd, in
    JOINT VENTURE
    42.	Professional Computer Consultants Group Ltd. (o/a Procom)
    43.	Conseillers en Informatique d'affaires C I A inc.
    44.	Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie
    45.	529040 ONTARIO INC and 880382 ONTARIO INC (o/a GSI
    International Consulting Group)
    46.	Randstad Interim Inc.
    47.	EXCEL HUMAN RESOURCES INC.
    48.	Cistel Technology Inc.
    49.	TAG HR The Associates Group Inc.
    50.	MAPLESOFT CONSULTING INC. (o/a Maplesoft Group)
    51.	BMB Data Consulting Services Inc.
    52.	THINKWRAP SOLUTIONS INC.
    53.	CORADIX Technology Consulting Ltd.
    54.	Michael Wager Consulting Inc. (o/a MWCO)
    55.	OSI Consulting
    56.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    57.	CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE
    58.	Altis Human Resources (Ottawa) Inc. and Excel Human
    Resources Inc., in Joint Venture
    59.	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone Bell du Canada ou Bell
    60.	ADGA Group Consultants Inc.
    61.	Nisha Technologies Inc., Contract Community Inc., IN JOINT
    VENTURE
    62.	General Dynamics Canada Ltd.
    63.	IBM Canada Ltd.
    64.	Sierra Systems Group Inc.
    65.	In-Touch Survey Systems Inc.
    66.	Accreon Inc
    67.	TRM Technologies Inc.
    68.	TELUS Communications Inc. (o/a TELUS)
    69.	CGI Information Systems and Management Consultants Inc.
    70.	MODIS CANADA INC.
    71.	Computer Sciences Canada Inc. /Les sciences de
    l'informatique Canada Inc
    72.	THE BARRINGTON CONSULTING GROUP INCORPORATED
    73.	IT/Net Ottawa Inc. (o/a IT/Net)
    74.	Deloitte Inc.
    75.	DONNA CONA INC.
    76.	KPMG LLP
    77.	Turtle Technologies Inc o/a Turtle Technologies Inc. and TRM
    Technologies Inc. in Joint Venture
    78.	Accenture Inc.
    79.	VANGENT CANADA LIMITED
    80.	PricewaterhouseCoopers LLP (o/a PwC )
    81.	Interis Consulting Inc
    82.	IFATHOM CORP, SIMFRONT SIMULATION SYSTEMS CORPORATION, ING
    ENGINEERING INC., in JV
    83.	EMC CORPORATION OF CANADA
    84.	DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    85.	SOLUTIONS MOERAE INC (o/a MSI Corp.)
    86.	QMR Staffing Solutions Incorporated (o/a QMR Consulting &
    Professional Staffing)
    87.	QMR STAFFING SOLUTIONS INCORPORATED, 3D GLOBAL ENTERPRISES
    INC. IN JOINT VENTURE
    
    Description of the requirement:  The Department of National
    Defence (DND) has a requirement for the provision of informatics
    professional services to provide architecture assistance to the
    DND/CF to support projects and other DND/CF strategic planning
    and decision support initiatives. The length 	and type of
    service required will vary depending on the nature of each
    assignment. Working collaboratively with other team members and
    DND/CF Level 1 (L1) representatives in direct support of
    in-service and new implementations of the Enterprise
    Architecture Program, the consultants will report directly to
    the project managers. These consultants will coordinate meetings
    with clients, develop technical and functional documentation,
    and perform other related tasks.
    
    The requirement is for five Enterprise Architects on an
    "as-and-when-requested" basis that will be authorized through
    Task Authorizations.
    
    
    It is intended to result in the award of one contract.
    
    The contract period will be for one year from the date of
    contract with an irrevocable option to extend the contract
    period for up to four additional one-year periods.
    
    Security Requirement:  Contractor - Designated Organization
    Screening (DOS); Resources - Reliability Status
    
    File Number:  W6369-12P5TG/C
    Contracting Authority:  Dennis Croucher
    Phone Number:  819-956-1195
    Fax Number:  819-956-5078
    E-Mail:  dennis.croucher@tpsgc-pwgsc.gc.ca
    
    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
    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
    Croucher, Dennis
    Phone
    (819) 956-1195 ( )
    Fax
    (819) 956-1207
    Address
    11 Laurier St., / 11, rue Laurier
    3C2, Place du Portage
    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.

    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: