Enterprise Engineering & Deployment Services (EEDS)

Solicitation number W6369-16P5KK/A

Publication date

Closing date and time 2018/02/01 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    THE CLOSING DATE HAS BEEN EXTENDED TO FEBRUARY 1ST, 2018 AT 2:00 PM E.S.T
    
    Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) - W6369-16P5KK/A
    
    This procurement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 2 for services for the categories across Work streams I, III, IV and V.
    
    Requirement
    
    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. This requirement is for the provision of Informatics professional services to provide development, support and engineering activities.  The Enterprise Engineering and Deployment (EED) services contract will be used to support DIMEI activities, which include but are not limited to: Operating system engineering, Core infrastructure engineering (AD, Exchange, SCCM, SCOM, etc.), Application development and integration, Application deployment and support, and Endpoint protection services.
    
    Bidders do not have to submit a bid for each Stream.  In the event that a Bidder wants to provide services to more than one Stream, a separate bid must be submitted for each Stream.
    
    The Streams are as follows:
    
    Stream 1 - National Baseline Integration Services: 
    
    A.7   Programmer/Analyst,Level 3
    A.8   System Analyst, Level 2
    A.8   System Analyst, Level 3
    A.11  Tester, Level 2
    A.11  Tester, Level 3
    A.14  WEB Developer, Level 2
    B.1   Business Analyst, Level 2
    B.5   Business Process Re-engineering (BPR) Consultant, Level 2
    B.10  Help Desk Specialist,Level 2
    B.13  Operations Support Specialist, Level 3
    B.14  Technical Writer, Level 2
    I.11  Technology Architect, Level 1
    I.11  Technology Architect, Level 2
    P.9   Project Manager, Level 3
    P.10  Project Scheduler, Level 3
    
    Stream 2 - Engineering:
    
    A.7 Programmer / Analyst, Level 2
    A.8 Systems Analyst, Level 2
    A.8 Systems Analyst, Level 3
    B.1 Business Analyst, Level 2
    B.5 Business Process Re-engineering (BPR) Consultant, Level 3
    B.14 Technical Writer, Level 2
    I.10 Technical Architect, Level 3
    I.11 Technology Architect, Level 2
    I.11 Technology Architect, Level 3
    P.9   Project Manager, Level 2
    P.9   Project Manager, Level 3 
     
    It is intended to result in the award of up to two (2) contracts in each Stream. Each contract will be for 3 years plus 2 one-year irrevocable options allowing Canada to extend the term of the contract. 
    
    Security Requirement
    
    This procurement contains security requirements.
    
    Controlled Goods Program
    
    This procurement is subject to the Controlled Goods Program. The Defence Production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Imports Permits Act (EIPA).
    
    Enquiries
    
    All questions in relation to this solicitation must be sent via email to Josée St-Onge at josee.st-onge@pwgsc-tpsgc.gc.ca.
    
    
    BIDDERS ARE REQUIRED TO CLEARLY INDICATE THE STREAM FOR WHICH 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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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 ( )
    Email
    josee.st-onge@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier Street
    11, rue Laurier
    Place du Portage, Phase III, 4C2
    Gatineau, Quebec, K1A0S5

    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
    33
    009
    French
    4
    008
    English
    25
    008
    French
    1
    007
    English
    23
    007
    French
    1
    006
    English
    25
    006
    French
    0
    005
    English
    23
    005
    French
    0
    004
    English
    24
    004
    French
    2
    003
    English
    27
    003
    French
    1
    002
    English
    31
    002
    French
    1
    001
    English
    38
    001
    French
    0
    000
    English
    142
    English
    50
    French
    43
    000
    French
    10

    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: