NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
This requirement is for: the Department of National Defence
This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1 under the region / metropolitan area, level of expertise and for the following category:
G.2 Geomatics Specialist, Level 2 – National Capital Region
The requirement is intended to result in the award of one contract.
The following SA Holders have been invited to submit a proposal:
1019837 Ontario Inc.
7 Theta Inc
8513929 Canada Inc., GOGEOMATICS INC., in Joint Venture
9468269 Canada Corp.
Accenture Inc.
Adecco Employment Services Limited/Services de placement Adecco Limited
ADGA Group Consultants Inc.
Adirondack Information Management Inc.
Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
Akkodis Canada Inc.
Alika Internet Technologies Inc.
Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
Altis Recruitment & Technology Inc.
Amyantek Inc
ARTEMP PERSONNEL SERVICES INC
C-CORE
CGI Information Systems and Management Consultants Inc.
Cofomo Inc.
Compass Analytics Services Inc.
Compusult Limited
CVL INFORMATION SOLUTIONS INC.
Deloitte Inc.
DLS Technology Corporation
DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
eNet4S Software Solutions Ltd., Entaros Inc. IN JOINT VENTURE
ESRI Canada Limited
EXPERIS CANADA INC.
Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
General Dynamics Land Systems – Canada Corporation
Green PI Inc
GSI International Consulting Inc.
H2 ANALYTICS INC.
Holonics Inc.
IBM Canada Limited/IBM Canada Limitée
IIC Technologies Inc.
INDIXIO INC.
INTERGRAPH CANADA ULC.
IT/Net - Ottawa Inc.
Kongsberg Geospatial Ltd.
KPMG LLP
LE GROUPE SYGIF INC.
Lim Geomatics Inc.
Malarsoft Technology Corporation
Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
Maverin Business Services Inc.
Maverin Inc.
MaxSys Staffing & Consulting Inc.
MGIS Inc.
MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
Michael Wager Consulting Inc.
MRF Geosystems Corporation
New Technologies Inc.
Newfound Recruiting Corporation
NTT DATA CANADA, INC.
Pacific Geomatics Limited
Pricewaterhouse Coopers LLP
Procom Consultants Group Ltd.
Prologic Systems Ltd.
Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
Protak Consulting Group Inc.
QSP Geographics Inc.
Refractions Research Inc
Reticle Ventures Canada Incorporated
S.I. SYSTEMS ULC
SoftSim Technologies Inc.
Solutions Consortech Inc.
Solutions Moerae Inc
Stantec Consulting Ltd.
T.E.S. Contract Services INC.
TAG HR The Associates Group Inc.
Teambuilder Consulting Inc.
TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
TECSIS Corporation
The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
Trailmark Systems Inc.
TRM Technologies Inc.
Tundra Technical Solutions Inc
Turtle Technologies Inc.
VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture
WSP CANADA INC.
Description of the Requirement:
Description of Work:
The Assistant Deputy Minister (Infrastructure & Environment) – ADM(IE) requires the professional services of the above-mentioned resources to fulfill the objectives of the Building Data and Land Infrastructure Programs.
Buildings Program
ADM(IE) requires one Geomatics Specialist – Level 2 to support the objective of the Buildings data program. The contractor will enable the Building Program to achieve the following:
• Provide expertise to compile, analyze and validate real property building information
• Transform and standardize existing spatial data, and load into the Real Property Spatial Data Warehouse (RPSDW).
• Create standardized spatial data if needed, and load into the RPSDW.
Land Infrastructure Program
ADM(IE) requires one Geomatics Specialist – Level 2 to transform existing utility data from GIS, AutoCAD (Plain or Civil 3D), electronic or hard copy format into a standardized spatial format.
Civil infrastructure and utility information gathered from DND sites will need to be transformed into standardized spatial data, in accordance with the following standards:
• Utilities Schema: consists of a standard list of attributes that are to be captured for each utility system component, and includes inventory, operation and maintenance, context and assessment data.
• Identification and Segmentation Rules: provides the standard naming and segmentation conventions for linear infrastructure.
• ADM(IE) Geospatial Data Specification: describes spatial format and topological rules.
The goal of this work is to produce standardized civil engineering and utility spatial data that is ready for upload to the RPSDW. This effort requires the knowledge of seasoned geospatial technologists with experience in municipal infrastructure projects and/or linear asset management using ESRI and Autodesk suite of software such as ArcGIS and Civil 3D. Because these resources are not available in-house, a contract to source geospatial technologist(s) is required.
There is no incumbent contractor currently performing the services described above nor has there been a contractor providing similar services in the past 24 months.
Security:
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. 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.
Level of Security Requirement:
Security Requirement: COMMON-PS-SRCL#6
Minimum Corporate Security Required: Designated Organisation Screening (DOS) – Reliability
Minimum Resource Security Required: Reliability Status
Document Safeguarding Security Level Required: Not required
Special comments:
This procurement is subject to a preference for Indigenous businesses.
This is an open tender. It will be set aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if two or more bids have been received by Indigenous businesses who are certified under the PSIB criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658). If your Indigenous business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority.
In the case of a conditional set-aside for Indigenous businesses under the Procurement Strategy for Indigenous Business, this procurement is exempt under the international trade agreements and the Canadian Free Trade Agreement (CFTA).
Applicable Trade Agreements:
The World Trade Organization Agreement on Government Procurement (WTO-AGP)
The Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
The Canadian Free Trade Agreement (CFTA)
The Canada-Chile Free Trade Agreement (CCFTA)
The Canada-Peru Free Trade Agreement (CPFTA)
The Canada-Colombia Free Trade Agreement (CColFTA)
The Canada-Panama Free Trade Agreement (CPanFTA)
The Canada-Honduras Free Trade Agreement (CHFTA)
The Canadian-European Union Comprehensive Economic and Trade Agreement (CETA)
The Canada-Korea Free Trade Agreement (CKFTA)
The Canada–Ukraine Free Trade Agreement
The Canada-United Kingdom Trade Continuity Agreement
Proposed period of contract:
The proposed contract period will be from the date of contract award until two years later.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 240 days per resource per year.
Contracting Authority Information:
File Number: W6369-25-X026
Contracting Authority: Rogelio Orsetti
E-Mail: Rogelio.Orsettipetrocelli@forces.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca