Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK 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 MAY 13TH, 2021 AT 2:00 PM E.D.T
Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) - W6369-20X004/A
Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories in this solicitation and in the National Capital Region under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation.
Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
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 support to the on-going business evolution of the Strategic Analysis Support Toolset (SAST). The required resources must support DND/CAFs ability to dynamically interact with and leverage departmental data and metadata from multiple sources and translate that data into a single integrated Business Intelligence (BI) environment, and then leverage that data to inform and enable force development process development and support. In addition, SAS is required to develop and implement customized data collection and develop models and custom visualizations to support force development processes.
The Resource Categories described below are required on an as and when requested basis:
A.7 - Programmer/Analyst, Level 2 I.3 - Database Analyst/Information Management Administrator, Level 2 I.11 - Technology Architect, Level 3
It is intended to result in the award of one (1) contract, for 3 years plus two 1-year irrevocable options allowing Canada to extend the term of the contract(s).
Current Incumbent
Vendor name: Procom Consultants Group Ltd. Initial Contract Period:
2018/01/23 to 2019/01/22 Contract Value (including applicable taxes): $6,504,085.04
ePost Connect Service
This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.
To submit a bid using epost Connect service, the Bidder must either i) send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for epost Connect provided by Canada Post Corporation; or ii) if the Bidder does not have its own licensing agreement for epost Connect, they will have to request to open an epost Connect conversation by emailing PWGSC Bid Receiving Unit at tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
This should be sent as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).
Requests to open an epost Connect conversation received after that time may not be answered.
For additional information on the submission of bids using epost Connect, please refer to the RFP.
Accessible Procurement
Public Services and Procurement Canada (PSPC)s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
Security Requirement
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.
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 Canadas 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 Nathalie Hamelin at Nathalie.hamelin@tpsgc-pwgsc.gc.ca.
Note to Bidders: This solicitation document is available in .PDF format only.
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.