TBIPS Informatics Professional Services

Solicitation number W6369-11P5NP/A

Publication date

Closing date and time 2013/02/25 14:00 EST

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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    This requirement is for:  Department of National Defence (DND)
    
    Only TBIPS Supply Arrangement (SA) Holders currently holding a
    TBIPS SA for Tier 2 in the National Capital Region under the
    EN578-055605/D series of SAs are eligible to compete.  This
    requirement is open only to those SA Holders who qualified under
    Sub-Class IM/IT Services of the Technology Services Class.
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under the categories for:
    
    I.11 Technology Architect, Level 2;
    I.11 Technology Architect, Level 3; and
    I.12 PKI Specialist, Level 2.
    
    The following SA Holders are 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.	ALTRUISTIC INFORMATICS CONSULTING INC., APPTION CORPORATION
    IN JOINT VENTURE
    9.	Ant & Bee Corporation
    10.	CAE Inc.
    11.	Calian Ltd.
    12.	CGI Information Systems and Management Consultants Inc.
    13.	Cistel Technology Inc.
    14.	CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE
    15.	Computer Sciences Canada Inc. /Les sciences de
    l'informatique Canada Inc.
    16.	Conseillers en Informatique d'affaires C I A inc.
    17.	CORADIX Technology Consulting Ltd.
    18.	CSI Consulting Inc, FoxWise Technologies Inc., DWP Solutions
    Inc., Innovision Consulting Inc. in JV
    19.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    20.	DARE Human Resources Corporation (o/a DARE HR)
    21.	Deloitte Inc.
    22.	DONNA CONA INC.
    23.	DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    24.	Eagle Professional Resources Inc.
    25.	EMERION
    26.	EXCEL HUMAN RESOURCES INC.
    27.	FUJITSU CONSULTING (CANADA) INC/FUJITSU CONSEIL (CANADA) INC
    28.	General Dynamics Canada Ltd.
    29.	HARRINGTON MARKETING LIMITED (o/a Harrington
    Staffing/Informatics Resources)
    30.	Hewlett-Packard (Canada) Co. Hewlett-Packard (Canada) Cie
    31.	I4C INFORMATION TECHNOLOGY CONSULTING INC (o/a I4C
    Consulting Inc)
    32.	IBISKA Telecom Inc.
    33.	IBISKA Telecom Inc. and C M Inc., as a contractual Joint
    Venture
    34.	IBM Canada Ltd.
    35.	IFATHOM CORP, SIMFRONT SIMULATION SYSTEMS CORPORATION, ING
    ENGINEERING INC., in JV
    36.	IT/Net Ottawa Inc. (o/a IT/Net)
    37.	iVedha Inc.
    38.	KPMG LLP
    39.	Manpower Services Canada Limited o/a Experis/ManpowerGroup
    40.	MAPLESOFT CONSULTING INC. (o/a Maplesoft Group)
    41.	Messa Computing Inc.
    42.	MetaData Consultants Inc.
    43.	Michael Wager Consulting Inc. (o/a MWCO)
    44.	MODIS CANADA INC.
    45.	Nisha Technologies Inc.
    46.	NORTAK SOFTWARE LTD.
    47.	PricewaterhouseCoopers LLP (o/a PwC)
    48.	Professional Computer Consultants Group Ltd. (o/a Procom)
    49.	Randstad Interim Inc.
    50.	S I Systems Ltd.
    51.	Sierra Systems Group Inc.
    52.	SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC (o/a
    Systematix IT Solutions Inc.)
    53.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE (o/a 45 North Consulting)
    54.	TAG HR The Associates Group Inc.
    55.	TELUS Communications Inc. (o/a TELUS)
    56.	The Devon Group Ltd.
    57.	The Halifax Group
    58.	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone Bell du Canada ou Bell
    59.	TPG Technology Consulting Ltd. and InRound Innovations CJV
    60.	TPG Technology Consulting Ltd.
    61.	TRM Technologies Inc.
    62.	Turtle Technologies Inc o/a Turtle Technologies Inc. and TRM
    Technologies Inc. in Joint Venture
    63.	Unisys Canada Inc.
    64.	Valcom Consulting Group Inc.
    65.	Veritaaq Technology House Inc.
    66.	Zylog Systems (Ottawa) Ltd.
    
    Description of the requirement:  For the provision of
    informatics professional services for the Department of National
    Defence to assist with the architecture and implementation of a
    Unified Mobile Messaging solution meeting the needs of the
    messaging client base and stakeholders.
    
    It is intended to result in the award of one contract.
    
    Proposed period of contract:  The contract period will be from
    the date of contract for two years with an irrevocable option to
    extend the contract period for three additional one-year periods.
    
    Security Requirement:  Contractor - Facility Security Clearance
    (FSC) at the level of Secret; Resources - Citizen of Canada or
    the United States at the level of Secret
    
    File Number:  W6369-11P5NP/A
    Contracting Authority:  Gail Cook
    Phone Number:  819-956-2591
    Fax Number:  819-956-1207
    E-Mail:  gail.cook@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
    Cook, Gail
    Phone
    (819) 956-2591 ( )
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    2
    000
    English
    7
    002
    English
    6
    002
    French
    0
    000
    French
    3
    001
    French
    0

    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: