https://buyandsell.gc.ca/procurement-data/tender-notice/PW-21-00945151
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: R123AH: Project Management Services
Reference Number:
W3330-21-417
Solicitation Number:
W3330-21-417
Organization Name:
Department of National Defence / Canadian Armed Forces
Solicitation Date:
2021-02-05
Closing Date:
2021- 02-19, 02:00 PM Eastern Standard Time (EDT)
Anticipated Start Date:
2021- 02-24
Estimated Delivery Date:
2022-03-31
Estimate Level of Effort:
Maximum 80 days
Contract Duration:
The contract period will be for twelve (12) months from the date of contract award.
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, CFTA, CCFTA, CPFTA, CColFTA, CPanFTA, CETA, Canada-KoreaFTA, Canada-HondurasFTA, CUFTA, CPTPP
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 category:
- One (1) Senior Project Executive – Level 3
- One (1) Senior Enterprise Architects - Level 3
- One (1) Senior Business Analyst - Level 1
- One (1) Project Manager – Level 3
- One (1) Project Manager – Level 2
Following SA Holders have been invited to submit a proposal:
- 2keys Corporation
- BDO Canada LLP
- Cofomo Inc.
- Deloitte Inc.
- Ernst & Young LLP
- Foursight Consulting Group Inc.
- KPMG LLP
- Mindwire Systems Ltd.
- Olav Consulting Corp.
- Onix Networking Canada Inc.
- Pricewaterhouse Coopers LLP
- Promitus Solutions Ltd., In Joint Venture With Icorp.Ca Inc., Fineworks, Hamilton, Thomas & Associates Ltd., Elemental Strategies Inc.
- Talentlab Inc.
- Teksystems Canada Corp./Société Teksystems Canada
- Thinkpoint Inc.
Description of Work:
The OCMC Initiative requires professional services support for a project that will build a modern, purpose built, centrally managed site to enable effective joint operational command, control, communications, coordination, and intelligence capabilities along with defence research capabilities and all operational support resources to be collocated in the same facility with increased physical security.
Security Requirement: Common PS SRCL #19 applies
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Secret
Contract Authority
Name: ADM (IM)
Email Address: IMBIDS.OFFRESGI@forces.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