TBIPS 2015-01, SVCS, FY14/15

Solicitation number W8485-152499/A

Publication date

Closing date and time 2015/03/13 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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) Requirement
    
    
    This requirement is for: The Department of National Defence
    
    
    This requirement is open only to those Supply Arrangement
    Holders  who qualified under  Tier  2 stream for IM/IT Services,
    Application Services, Project Management, and Business Services.
    
    This requirement is open only to those invited TBIPS Supply
    Arrangement Holders who qualified under the categories for:
    Resource Category
    P.9 Project Manager
    B.7 Business Transformation Architect
    I.10 Technical Architect
    I.11 Technology Architect
    A.1 Application/Software Architect
    I.3 Data Analyst/IM Administrator
    A.8 System Analyst
    B.1 Business Analyst
    B.5 Business Process Re-Engineering
    A.6 Programmer/Software Developer
    A.1 Appliction/Software Architect
    
    
    
    
    The following SA Holders have been invited to submit a proposal:
    
    1.	529040 ONTARIO INC and 880382 ONTARIO INC
    2.	Accenture Inc.
    3.	ADGA Group Consultants Inc.
    4.	Adirondack Information Management Inc., Amita Corporation,
    Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT
    VENTURE
    5.	ADRM Technology Consulting Group Corp.
    6.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc 
    7.	Advanced Chippewa Technologies Inc., 4165047 Canada Inc. IN
    JOINT VENTURE
    8.	Aerotek ULC
    9.	Alcea Technologies Inc.
    10.	Altis Human Resources (Ottawa) Inc., and Excel Human
    Resources Inc., in Joint Venture
    11.	ALTRUISTIC INFORMATICS CONSULTING INC., APPTION CORPORATION
    IN JOINT VENTURE
    12.	AMITA Corporation
    13.	BMB CONSULTING SERVICES INC, 4055217 CANADA INC. IN JOINT
    VENTURE 
    14.	BMB Data Consulting Services Inc.
    15.	Cache Computer Consulting Corp.
    16.	CAE Inc.
    17.	Calian Ltd.
    18.	CGI Information Systems and Management Consultants Inc.
    
    19.	CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE
    
    20.	Cistel Technology Inc.
    
    21.	Computer Sciences Canada Inc. /Les sciences de
    l'informatique Canada Inc.
    
    22.	Coradix technology Consulting Ltd.
    
    23.	CSI Consulting Inc., FoxWise Technologies Inc., DWP
    Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE
    
    24.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    
    25.	Dare Human Resources Corporation 
    26.	Deloitte Inc.
    
    27.	Design Group Staffing Inc
    
    28.	Donna Cona Inc.
    
    29.	DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    
    30.	DWP Solutions Inc., Nortak Software Ltd. in Joint Venture 
    31.	Eagle Professional Resources Inc.
    
    32.	Emerion
    
    33.	Equasion Business Technologies Consulting Inc and Watershed
    Information Technology Inc in CJV  
    34.	Excel Human Resources Inc.
    35.	Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada)
    Inc.
    36.	Groupe Alithya Inc / Alithya Group Inc
    37.	Harrington Marketing Limited
    38.	I4C INFORMATION TECHNOLOGY CONSULTING INC
    39.	IAN MARTIN LIMITED
    40.	IBISKA Telecom Inc.
    41.	Ibiska Telecom Inc. and CM Inc., as a contratual Joint
    Venture
    42.	IBM Canada Ltd.
    43.	iFathom Corp, Simfront Simulation System Corporation, ING
    Engineering Inc., in JV 
    44.	iFathom Corporation
    45.	IT Services Canada Inc, Alcea Technologies Inc. in Joint
    Venture 
    46.	IT/Net - Ottawa Inc.
    47.	IT/NET OTTAWA INC, KPMG LLP, in joint venture
    48.	iVedha Inc.
    49.	KPMG LLP
    50.	Leverage Technology Resources Inc.
    51.	LGS GROUP CONSULTING CORPORATION
    52.	Lumina IT inc.
    53.	Makwa Resourcing Inc., TPG Technology Consulting Ltd. in
    JOINT VENTURE
    54.	Manpower Services Canada Ltd.
    55.	Maplesoft Consulting Inc.
    56.	Messa Computing Inc.
    57.	Michael Wager Consulting Inc.
    58.	Mindwire Systems Ltd.
    59.	Modis Canada Inc
    60.	Nisha Technologies Inc.
    61.	Nisha Technologies Inc., Contract Community Inc., IN JOINT
    VENTURE 
    62.	Nortak Software Ltd.
    63.	OnX Enterprise Solutions Ltd.
    64.	PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP
    Incorporated, in JOINT VENTURE 
    65.	Pricewaterhouse Coopers LLP
    66.	Primex Project Management Limited
    67.	Procom Consultants Group Ltd.
    68.	Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    69.	Professional Computer Consultants Group
    70.	ProVision IT Resources Ltd.
    71.	Randstad Interim Incorporated
    72.	S.i. Systems Ltd.
    73.	Sierra Systems Group Inc.
    74.	Solutions Moerae Inc
    75.	Somos Consulting Group Ltd.
    76.	STATEL Capital Technology Partners Inc.
    77.	SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    78.	Systemscope Inc., LNW Consulting Inc., Perfortics Consulting
    Inc., VK Computer Systems Inc., Lansdowne Technology Services
    Inc., IN JOINT VENTURE
    79.	T.E.S. Contract Services INC. 
    80.	TAG HR The Associates Group Inc.
    81.	TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC. 
    82.	TELUS Communications Inc. 
    83.	Thales Canada Inc.
    84.	The AIM Group Inc.
    85.	The Bell Telephone Company of Canada or Bell Canada/La
    Compagnie de Téléphone Bell du Canada ou Bell Canada
    86.	The Halifax Group Inc.
    87.	TPG Technology Consulting Ltd.
    88.	Transpolar Technology Corporation and The Halifax Computer
    Consulting Group In Joint Venture
    89.	TRM Technologies Inc.
    90.	Turtle Technologies Inc.
    91.	Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In
    Joint Venture
    92.	Unisys Canada Inc.
    93.	Valcom Consulting group Inc.
    94.	Veritaaq Technology House Inc.
    95.	Yoush Inc.
    
    Description of the requirement:
    
    The objective of this requirement is for the provision of
    Information Management / Information Technology (IM/IT) focused
    professional services for the AF ITSM project.
    
    It is anticipated that one contract will be awarded to meet this
    requirement.
    
    Proposed period of contract:
    
    The proposed period of contract shall be from three years from
    the date of contract.
    
    File Number:  W6369-152499/A
    Contracting Authority:  Arden Aresta
    Phone Number:  819-956-5633
    Fax Number:  819-956-5078
    E-Mail:  arden.aresta@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)
    • Canada-Panama Free Trade Agreement
    • 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
    Aresta(zm div), Arden
    Phone
    (819) 956-5633 ( )
    Fax
    (819) 956-5078
    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
    003
    English
    13
    003
    French
    5
    002
    English
    18
    002
    French
    3
    000
    English
    80
    000
    French
    7

    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)
    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: