Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

CJWC- Canadian Joint Warfare Centre

Solicitation number W8484-219839/A

Publication date

Closing date and time 2021/06/03 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1.0 Title
    
    Canadian Joint Warfare Centre (CJWC)
    
    2.0 Objective
    
    The Canadian Joint Warfare Centre (CJWC) requires various services on an “as and when requested” basis in support of the following functional areas:
    
    a) Warfare development and training;
    b) Warfare research and analysis;
    c) Wargaming, experimentation and simulation;
    d) Communication and information systems including networks and joint battle labs;
    e) Technology demonstration and advanced research projects; 
    f) Command and Control; and 
    g) Command, Control, Computer, Communications, Intelligence, Surveillance and Reconnaissance (C4ISR).
    
    3.0 Background 
    
    The mission of the CJWC is to lead the Department of National Defence (DND)/Canadian Armed Forces (CAF) joint targeting, modeling and simulation (M&S), organizational learning, and capability development experimentation in order to prepare joint forces for operations.
    
    The CJWC is a key CAF capability innovator that enables the development and generation of a more integrated, relevant, interoperable and agile force. The CJWC is poised to become the CAF’s centre of excellence for conceiving, designing, building and sustaining CAF joint capabilities. Its main lines of operation include: 
    
    a. Fostering joint warfare innovation;
    b. Exercising joint individual training management;
    c. Modernizing networks and joint battle labs;
    d. Providing joint warfare research, analysis and concept development;
    e. Providing joint targeting expertise; and 
    f. Conducting joint warfare collaboration. 
    
    The CJWC consists of a multi-disciplinary team with the appropriate experience, skills and human networks to analyze problems and devise innovative solutions in support of CAF operational effectiveness. At its core, this centre for joint capability development and integration unifies many existing integrated force development efforts; formally federates warfare centers across the CAF with other departments, agencies and Allies; and supports science and technology based innovation.
    
    The CJWC conducts both complex and simple experiments for various clients within the CAF. It is anticipated that CJWC will utilize a variety of types of experimentation ranging from simple table top exercises to extremely complex multinational distributed human-in-the-loop experiments. The experiments will use the joint battle lab to run various vignettes to validate the tools, techniques, and concepts being developed. The experiments may utilize the United States Joint Training and Exercise Network (US JTEN), the Combined Federated Battle Labs Network (CFBLNet), the Canadian Forces Exercise and Experimentation Network (CFXNet) and other networks to achieve the distributed architecture. The results of these experiments will determine if: the tools, techniques, and concepts will be transitioned into the CAF; if further effort will be applied; or if the activity will be abandoned. Thus, the design, conduct, analysis and record keeping of the experiments are of extreme importance as they will affect the work product generated by the CJWC.
    
    Resource Requirements
    
    The Contractor must provide the services of the resources on an “as and when requested specified to perform the Work following issuance of the Task Authorization and subject to the Technical Authority’s acceptance of the resources’ qualifications prior to commencing the Work. Only the resources accepted by the Technical Authority, and who meet the required minimal qualifications may perform the Work.  
    
    The Contractor must monitor its resources to ensure satisfactory performance and the progress of the Work is maintained to the satisfaction of the client.
    
    The Senior Account Manager must meet with the Technical Authority whenever the client has requested a meeting to discuss the performance of the Contractor’s resources. The Senior Account Manager must attend on the date and time requested by and agreed upon by the Technical Authority.
    
    The following specific resource types will be required:
    1. 3D MODELING ARTIST
    2. ACCOUNT MANAGER
    3. ADMINISTRATIVE CLERK
    4. BUSINESS DEVELOPMENT COORDINATOR
    5. COMMUNICATION AND INFORMATION SYSTEM COORDINATOR
    6. DEPUTY PROJECT MANAGER
    7. DOCTRINE WRITER
    8. GENERAL SERVICES - STORES SERVICES CLERK 
    9. HARDWARE TECHNICIAN
    10. HYBRID CLOUD AND HIGH PERFORMANCE COMPUTING ENGINEER
    11. INFORMATION MANAGEMENT SPECIALIST
    12. INSTRUCTOR
    13. INFORMATION TECHNOLOGY SECURITY ANALYST
    14. JOINT EXPERIMENTATION AND EXERCISE PLANNER
    15. JUNIOR MODELING & SIMULATION ENGINEER
    16. LESSONS LEARNED SPECIALIST
    17. MODELING AND SIMULATION SOFTWARE PROGRAMMER
    18. NETWORK ENGINEER
    19. RESEARCH ANALYST 
    20. SENIOR MODELING & SIMULATION ENGINEER
    21. SOFTWARE PROGRAMMER
    22. SUBJECT MATTER SPECIALIST
    23. SYSTEMS ENGINEER
    24. TRAINING SPECIALIST
    25. WARGAME DESIGNER
    26. WARGAME DEVELOPER
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website”.
    
    The requirement is limited to Canadian services.
    
    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 Import Permits Act (EIPA).
    
    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.
    
    The resulting contract is for a three (1) year period with two (3) one year option periods.
    
    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

    • Canadian Free Trade Agreement (CFTA)

    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
    Montpetit(008sl), Roxanne
    Phone
    (343) 585-0572 ( )
    Email
    roxanne.montpetit@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0648
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4e étage
    Gatineau, Quebec, 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
    010
    English
    75
    010
    French
    6
    009
    English
    44
    009
    French
    5
    008
    English
    33
    008
    French
    3
    007
    English
    36
    007
    French
    6
    006
    English
    27
    005
    English
    36
    006
    French
    6
    005
    French
    7
    004
    English
    48
    004
    French
    8
    003
    English
    37
    002
    English
    46
    003
    French
    7
    002
    French
    9
    001
    English
    58
    001
    French
    21
    000
    English
    272
    000
    French
    49

    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
    Lowest 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: