SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, September 28 from 8:00 pm until September 29 12:00am (EDT) 

PROFESSIONAL SERVICES-TIER 2-TBIPS

Solicitation number W6369-14P5FX/A

Publication date

Closing date and time 2014/04/22 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: 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:  the Department of National Defence
    (DND).
    
    This requirement is open only to those Supply Arrangement
    Holders who qualified under Tier "2" (=>$2M) Stream for IM/IT
    Services, Business Services, and Cyber Protection Services.
    
    This requirement is open only to those invited TBIPS Supply
    Arrangement (SA) Holders who qualfied under the categories for: 
    
    IM/IT Services: 
    I.6 Network Analyst, Level 3 
    I.8 Storage Architect, Level 3
    I.9 System Administrator, Level 3
    I.10 Technical Architect, Level 3
    I.11 Technology Architect, Levels 2 and 3
    
    Business Services:
    B.6 Business System Analyst, Level 2
    B.7 Business Transformation Architect, Levels 2 and 3
    B.13 Operations Support Specialist, Level 2
    B.14 Technical Writer, Level 3
    
    Cyber Protection Services:
    C.3 IT Security TRA and C&A Analysts, Levels 2 and 3
    C.5 PKI Specialists, Levels 2 and 3 
    C.9 Security Systems Operator, Level 3
    C.10 IT Security Installation Specialist, Level 3
    
    The following SA Holders have been invitged to submit a proposal.
    
    IM/IT Services:
    
    ADGA Group Consultants Inc.
    Calian Ltd.
    CGI Informtion Systems and Management Consultants Inc.
    Computer Sciences Canada Inc./Les sciences de l'informatique
    Canada Inc.
    Coradix Technology Consulting
    IBM Canada Ltd.
    IFathom Corporation
    Michael Wager Consulting Inc.
    Modis Canada Inc.
    Pricewaterhouse Coopers LLP
    Primex Project Management Limited
    Somos Consulting Group Ltd.
    The Aim Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Halifax Group Inc.
    TRM Technologies Inc.
    Zylog Systems (Ottawa) Ltd.
    
    Business Services:
    
    ADGA Group Consultants Inc.
    Calian Ltd.
    CGI Informtion Systems and Management Consultants Inc.
    Computer Sciences Canada Inc./Les sciences de l'informatique
    Canada Inc.
    Coradix Technology Consulting
    IBM Canada Ltd.
    IFathom Corporation
    Interis Consulting Inc.
    MDA Systems Ltd.
    Michael Wager Consulting Inc.
    Modis Canada
    Pricewaterhouse Coopers LLP
    Primex Project Management Limited
    Promaxis Systems Inc.
    Somos Consulting Group Ltd.
    The Aim Group Inc.
    The Bell Telephone Company of Canada or Bell Canada/La Compagnie
    de Téléphone Bell du Canada ou Bell Canada
    The Halifax Group Inc.
    TRM Technologies Inc.
    Zylog Systems (Ottawa) Ltd.
    
    Cyber Protection Services:
    
    Computer Sciences Canada Inc./Les sciences de l'informatique
    Canada Inc.
    Coradix Technology Consulting
    Modis Canada Inc.
    Pricewaterhouse Coopers LLP
    Team Deloitte-EWA Inc.
    The Halifax Group Inc.
    TRM Technologies Inc.
    
    Description of the Requirement:
    
    The Department of National Defence has a requirement for the
    provision of informatics professional services to provide 1st to
    4th line support on multiple DND classified command, control and
    intellegence networks which is broken down into the following
    Workstreams: 
    
    Workstream A: IM/IT Services: 
    I.6 Network Analyst, Level 3 
    I.8 Storage Architect, Level 3
    I.9 System Administrator, Level 3
    I.10 Technical Architect, Level 3
    I.10 Technical Architect -  Classified Common Email (CCEM),
    Level 3
    I.10 Technical  Architect - 3rd Line Core Information Technology
    Infrastructure - ITI, Level 3
    I.11 Technology Architect -  Enterprise Server Virtualization
    Infrastructure & Hosting Services, Level 3
    I.11 Technology Architect - Enterprise Planning, Level 2
    I.11 Technology Architect -   Next Generation TLAN (NG-TLAN),
    Level 2
    
    Workstream B: Business Services:
    B.6 Business System Analyst, Level 2
    B.7 Business Transformation Architect, Levels 2 and 3
    B.13 Operations Support Specialist - DVCN Bridge Operator, Level
    2
    B.14 Technical Writer, Level 3
    
    Workstream C: Cyber Protection Services:
    C.3 IT Security TRA and C&A Analysts, Levels 2 and 3
    C.5 PKI Specialists, Levels 2 and 3 
    C.9 Security Systems Operator, Level 3
    C.10 IT Security Installation Specialist, Level 3
    
    It is anticipated that one contract for each Workstream will be
    awarded to meet this requirement.
    
    Proposed period of contract:
    
    The proposed period of contract will be for three years from the
    date of contract with irrevocable options to extend the contract
    period for up to two additional one-year periods.
    
    Security requirement:
    
    (1)  The Bidder: Top Secret and NATO Secret.
    
    (2)	Resources:   Secret, NATO Secret, Top Secret, Top Secret
    SIGINT.
    	Citizenship restrictions apply. 
    
    (3)	If requested, the bidder must complete and submit a Foreign
    Ownership, Control and Influence (FOCI) Questionnaire and
    associated documentation identified in the FOCI Guidelines for
    Organizations prior to contract award to identify whether a
    third party individual, firm or government can gain unauthorized
    access to COMSEC/ INFOSEC or CLASSIFIED NATO information/assets.
    
    (4)	This requirement is subject to provisions of Controlled
    Goods.
    
    File Number:  W6369-14P5FX/A
    Contracting Authority:  Joyce Taylor
    Phone Number:  819-956-1208
    Fax Number:  819-956-1207
    E-Mail:  joyce.m.taylor@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
    Taylor, Joyce M.
    Phone
    (819) 956-1208 ( )
    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)
    Procurement method
    Competitive – Selective Tendering
    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: