AFCCIS ISS

Solicitation number W8485-125619/B

Publication date

Closing date and time 2015/03/03 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Task-Based Informatics Professional Services (TBIPS) Requirement
    - Tier 2
    This bid solicitation cancels and supersedes previous bid
    solicitation number W8485-125619/A dated 2013-10-30 with a
    closing of 2013-12-03 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 (TBIPS) under the
    TBIPS Supply Arrangement (SA) method of supply.
    
    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 up to 1 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.
    
    Only TBIPS SA Holders currently holding a TBIPS SA for Tier 2 in
    the National Capital Region under the EN578-055605 series of SAs
    are eligible to compete.  The TBIPS SA EN578-055605 is
    incorporated by reference and forms part of this bid
    solicitation, as though expressly set out in it, subject to any
    express terms and conditions contained in this bid solicitation.
     The capitalized terms not defined in this bid solicitation have
    the meaning given to them in the TBIPS SA.              
    
    SA Holders that are invited to compete as a joint venture must
    submit a bid as that joint venture SA Holder, forming no other
    joint venture to bid.  Any joint venture must be already
    qualified under the SA #EN578-055605 as that joint venture at
    the time of bid closing in order to submit a bid.
    
    For each Workstream, the Resource Categories described below are
    required on an as and when requested basis in accordance with
    the TBIPS SA Annex "B":
    
    WORKSTREAM 1
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    A.1 Software Architect	2	3	3L2
    A.6 Programmer/Software Developer	2	2	2L2
    A.6 Programmer/Software Developer	3	2	1L3
    A.8 System Analyst	3	4	1L3
    C.3 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
    I.8 Storage Architect	2	1	1L2
    I.9 System Administrator	3	1	1L3
    I.10 Technical Architect	2	2	2L2
    I.10 Technical Architect	3	1	1L3
    I.11 Technology Architect	3	4	4L3
    
    WORKSTREAM 3
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
     B.10 Helpdesk Specialist	2	1	0L2
    B.12 Network Support Specialist	2	4	2L2
    
    WORKSTREAM 4
    RESOURCE CATEGORY 	LEVEL OF EXPERTISE	ESTIMATED NUMBER OF
    RESOURCES REQUIRED	CORE LEVEL OF EFFORT
    P.1 Change Management Consultant	3	1	1L3
    P.6 Project Administrator	3	1	1L3
    P.9 Project Manager	3	2	2L3
    
    
    File Number:  W8485-125619/B
    Contracting Authority:  Ian Dooley
    Phone Number:  819-956-1357
    Fax Number:  819-956-1156
    E-Mail:  ian.dooley@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
    Dooley, Ian
    Phone
    (819) 956-1357 ( )
    Fax
    (819) 956-1156
    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
    37
    003
    French
    8
    002
    English
    33
    002
    French
    3
    001
    English
    41
    001
    French
    2
    000
    English
    169
    000
    French
    6

    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)
    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: