AFCCIS LCM ISS FY 12/13

Solicitation number W8485-125619/C

Publication date

Closing date and time 2015/08/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Life Cycle Management (LCM) and In-Service Support (ISS) of the
    Air Force Command and Control Information System (AFCCIS)
    Capability
    This bid solicitation cancels and supersedes previous bid
    solicitation number W8485-125619/B dated 2015-01-26 with a
    closing of 2015-03-03 at 02:00 PM.
    
    This bid solicitation is being issued to satisfy the requirement
    of the Department of National Defence (the "Client") for
    Task-Based Informatics Professional Services.
    
    The objective of this requirement is for a Contractor(s) to
    provide the specialized professional services needed to assure
    the reliable and efficient sustainability and supportability of
    the Air Force Command and Control Information Systems (AFCCIS)
    Weapon System and its suite of applications through its
    life-cycle. This AFCCIS ISS (In Service Support) program will
    also be implemented via the establishment of comprehensive
    procedures and training across all AFCCIS static and deployed
    host locations.
    
    It is intended to result in the award of one contract in each of
    4 Workstreams, with each contract purchasing Work from only one
    Workstream. Each contract will be for 3 years plus 1 one-year
    irrevocable option allowing Canada to extend the term of the
    contract.  
    
    There is a security requirement associated with this
    requirement.  For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses. Bidders should consult the "Security
    Requirements on PWGSC Bid Solicitations - Instructions for
    Bidders" document on the Departmental Standard Procurement
    Documents (http://ssi-iss.tpsgc-pwgsc.gc.ca) Website.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), the Canada-Chile
    Free Trade Agreement (CCFTA), the Agreement on Internal Trade
    (AIT),  the Canada-Peru Free Trade Agreement (CPFTA), the
    Canada-Columbia Free Trade Agreement (CColFTA), and the
    Canada-Panama Free Trade Agreement (CPanFTA) if it is in force.
    
    This procurement is subject to the Controlled Goods Program.
    
    For each Workstream, the Resource Categories described below are
    required on an as and when requested basis in accordance with
    the Annex "A":
    
    WORKSTREAM 1
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    Software Architect	2	3	3L2
    Programmer/Software Developer	2	2	2L2
    Programmer/Software Developer	3	2	1L3
    System Analyst	3	3	1L3
    IT Security TRA and C&A Analyst	3	1	0L3
    
    WORKSTREAM 2
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    System Administrator	3	2	2L3
    Technical Architect	2	2	2L2
    Technical Architect	3	1	1L3
    Technology Architect	3	4	4L3
    Helpdesk Specialist	2	1	0L2
    
    WORKSTREAM 3
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    Network Support Specialist	2	2	2L2
    Change Management Consultant	3	1	1L3
    
    WORKSTREAM 4
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    Project Administrator	3	1	1L3
    Project Manager	3	2	2L3
    
    
    File Number:  W8485-125619/C
    Contracting Authority:  Arden Aresta
    Phone Number:  819-956-5633
    Fax Number:  819-956-5078
    E-Mail:  arden.aresta@tpsgc-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
    001
    English
    35
    001
    French
    12
    000
    English
    137
    000
    French
    9

    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 – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: