TBIPS Professionnal Services

Solicitation number W8485-163193/A

Publication date

Closing date and time 2016/05/13 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
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    The closing date has been extended to May 13, 2016 at 2:00 pm E.D.T
    
    Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) - W8485-163193/A
    
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 2 for services for the following Work streams I, III, IV and V. 
    
    Requirement
    
    This bid solicitation is being issued to satisfy two requirements of Department of National Defence [the "Client"] for Task-Based InformaticsProfessional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. These requirements are in divided in two streams:
    
    • Stream 1: Aircraft Maintenance Electronic Record Keeping Systems and DGAEPM IO Support
    Services (File W8485-163193)
    
    Stream 1 is for the provision of “as and when requested” professional services in the implementation and support of corporate IM/IT initiatives and in-service support business model for DGAEPM, in particular for the ADAM and DMS ERP as well as the AEPM portion of the DRMIS ERP. The work will be performed on-site inthe National Capital Region (NCR). This requirement is comprised of four Work Packages:
    
    Work Package 1 - Data Management Experts:
    One (1) ERP Systems Analyst (A4) - Level 3                    
    Two (2) ERP Systems Analyst (A4) - Level2                              
    Two (2) IM Architect (I5) - Level 2                                           
    
    Work Package 2 - CDM Experts:  
    One (1) IM Architect (I5) - Level 2     
    Three (3) Business Consultants (B3) - Level 2
    
    Work Package 3- CIO Project Management Experts: 
    One (1) Programmer Analyst (A7) - Level 3
    One (1) IT Project Manager (P9) - Level 3 
    One (1) IT Change Management Consultant (P1) - Level 3
    
    Work Package 4 - CIO ADAM/ERKS Services:
    One (1) Business Analyst (B1) - Level 2 
    One (1) Technical Writer (B14) - Level 2
    
    It is intended for Stream 1 to result in the award up to four contracts for a period of 1 year, plus 4-1-year irrevocable options allowing Canada to extend the term of the contracts.
    
    • Stream 2: Royal Canadian Air Force Defence Resource Management Information Systems Aircraft Maintenance and Material Management in-service support Services (File W3999-165001)
    
    Stream 2 is forthe provision of “as and when requested” professional services for specialized corporate support and associated services for the continued improvement and support of DRMIS aircraft maintenance, material management, and related activities. Most of the resources will be working at CFB Trenton, Ontario and one resource in Winnipeg, Manitoba. This requirement is comprised of one Work Package:
    
    Work Package 1 - In-Service Support and Development Services:
    One (1) Business Analyst / Aircraft Maintenance (B1) - Level 3
    Six (6) Business Analysts / Aircraft Maintenance (B1) -Level 2 
    One (1) Business Analysts / Materiel Management (B1) - Level 2
    One (1) Technical Writer (B14) - Level 2
    One (1) Help Desk Specialist (B10) - Level 2
    
    It is intended for Stream 2 toresult in the award of a contract for a period of 1 year, plus 4-1-year irrevocable options allowing Canada to extend the term of the contracts.
    
    **Bidders do not have to submit a bid for each Streams or each work packages.  In the event that a Bidderwants to provide services to more than one Stream and workpackage a separate bid must be submitted for each Stream and work package.**
    
    Trade Agreements
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free TradeAgreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), and the Canada-Panama Free TradeAgreement (CPanFTA), and the Agreement on Internal Trade(AIT).
    
    Controlled Goods Program
    
    This procurement is subject to the Controlled Goods Program.
    
    Security Requirement
    
    Streams 1 and 2 contains security requirements.
    
    Enquiries
    
    All questions in relation to this solicitation must be sent viaemail to Josée St-Onge at 
    josee.st-onge@pwgsc-tpsgc.gc.ca.
    
    BIDDERS ARE REQUESTED TO CLEARLY INDICATE WHICH STREAM THEY ARE SUBMITTING THEIR QUESTIONS.
    
    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
    St-Onge, Josée
    Phone
    (873) 469-4944 ( )
    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
    009
    English
    28
    009
    French
    3
    English
    26
    008
    English
    35
    008
    French
    1
    French
    26
    007
    English
    34
    007
    French
    1
    English
    26
    006
    English
    32
    006
    French
    1
    French
    26
    005
    English
    36
    005
    French
    1
    004
    English
    33
    English
    31
    004
    French
    3
    French
    31
    003
    English
    39
    003
    French
    0
    002
    English
    44
    002
    French
    1
    English
    40
    001
    English
    55
    French
    40
    001
    French
    4
    000
    English
    174
    English
    110
    French
    110
    000
    French
    16

    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
    Manitoba
    ,
    Ontario (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    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: