IM/IT Cloud Management Services

Solicitation number INFC-2022/23-PS4484

Publication date

Closing date and time 2023/01/23 14:00 EST

Last amendment date


    Description

    AMENDMENT 02

    EXTENDING CLOSING DATE

    Closing Date:

    2023-01-23, 02:00 PM Eastern Standard Time EST

    **********************************

    AMENDMENT 01

    EXTENDING CLOSING DATE AND UPDATING LIST OF SUPPLIERS

    Closing Date:

    2023-01-16, 02:00 PM Eastern Standard Time EST

    The following SA Holders have been invited to submit a proposal:

    • CM Inc.
    • Coradix Technology Consulting Ltd.
    • IBISKA Telecom Inc.
    • iPSS Inc., General Dynamics Land Systems Canada, in Joint Venture
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd, in Joint Venture
    • MDOS Consulting Inc.
    • Mindwire Systems Ltd.
    • Newfound Recruiting Corporation
    • Procom Consultants Group Ltd., Emerion, in Joint Venture
    • Quallium Corporation
    • S.I. Systems ULC
    • TECH4SOFT Inc., Expertise Technology Consult Inc., in Joint Venture
    • TEKSYSTEMS Canada Corp./Société TEKSYSTEMS Canada
    • The AIM Group Inc.
    • TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., in Joint Venture
    • Computacenter Teramach Inc.
    • Donna Cona Inc.
    • Excel Human Resources Inc.
    • GSI International Consulting Inc.
    • iFathom Corporation
    • Kyndryl Canada Limited; ISM Information Systems Management Corporation, in Joint Venture
    • Maverin Inc.
    • NavPoint Consulting Group Inc.
    • Pricewaterhouse Coopers LLP
    • Raymond Chabot Grant Thornton Consulting Inc.

    ************************************

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number:

    Solicitation Number:

    INFC-2022/23-PS4484

    Organization Name:

    Infrastructure Canada (INFC), Directorate of Operations Support, Security and Information Management (OSSIM) Services

    Solicitation Date:

    2022-12-13

    Closing Date:

    2023-01-06, 02:00 PM Eastern Standard Time EST

    Anticipated Start Date:

    2023-02-01

    Estimated Delivery Date:

    2025-01-31

    Estimate Level of Effort:

    240 days per year for 2 resources. 55 days per year for 6 resources.

    Contract Duration:

    The contract period will be for two (2) years from the date of contract with an irrevocable option to extend it for up to two additional one-year periods.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, CCFTA, CPFTA, CColFTA, CPanFTA, CETA, CKFTA, CFTA

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:

    One (1) Level 3 Network Analyst

    One (1) Level 3 Platform Analyst

    One (1) Level 3 System Administrator

    One (1) Level 3 Technical Architect

    One (1) Level 3 Technology Architect

    One (1) Level 3 IT Security Vulnerability Analysis Specialist

    One (1) Level 3 Incident Management Specialist

    One (1) Level 3 Operation Support Specialist

    The following SA Holders have been invited to submit a proposal:

    -CM Inc.

    - Coradix Technology Consulting Ltd.

    -IBISKA Telecom Inc.

    - iPSS Inc., General Dynamics Land Systems Canada, in Joint Venture

    -Makwa Resourcing Inc., TPG Technology Consulting Ltd, in Joint Venture

    - MDOS Consulting Inc.

    - Mindwire Systems Ltd.

    - Newfound Recruiting Corporation

    - Procom Consultants Group Ltd., Emerion, in Joint Venture

    - Quallium Corporation

    - S.I. Systems ULC

    - TECH4SOFT Inc., Expertise Technology Consult Inc., in Joint Venture

    - TEKSYSTEMS Canada Corp./Société TEKSYSTEMS Canada

    - The AIM Group Inc.

    - TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., in Joint Venture

    Description of Work:

    The Information Management and Information Technology (IMIT) Branch of INFC requires the services of various Informatics professional resources to advise and assist departmental personnel in the execution of departmental IM/IT cloud initiatives managed by the IMIT Branch team, in accordance with the Government of Canada (GC) Security Control Profile for cloud-based GC Services.

    • Bidders must submit a bid for all resource categories.

    • A portion of the work is currently being performed by Coradix Technology Consulting Ltd. (contract value $12,920.890.50); however, there is a requirement for INFC to compete a separate contract which focuses on cloud expertise.

    Security Requirement: Common PS SRCL #6 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Jennifer Hendrick

    Phone Number: 343-543-0187

    Email Address: procurement-approvisionnement@infc.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca

    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Office of Infrastructure of Canada
    Contracting authority
    Cristel St-Louis
    Email
    procurement-approvisionnement@infc.gc.ca
    Address
    180 Kent St.
    Ottawa, ON, K1P 5P5
    CA

    Buying organization(s)

    Organization
    Office of Infrastructure of Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    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.