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.1. Geomatics Analyst, Level 1 – National Capital Region (NCR) 
 
 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 
 
 C4i Training & Technology Inc. 
 
 CGI Information Systems and Management Consultants Inc. 
 
 Cofomo Inc. 
 
 Compass Analytics Services Inc. 
 
 Compusult Limited 
 
 Conoscenti Technologies Inc. 
 
 CVL INFORMATION SOLUTIONS INC. 
 
 Deloitte Inc. 
 
 DLS Technology Corporation 
 
 Donna Cona Inc. 
 
 DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE 
 
 Eagle Professional Resources Inc. 
 
 eNet4S Software Solutions Ltd., Entaros Inc. IN JOINT VENTURE 
 
 ESRI Canada Limited 
 
 Etico, Inc. 
 
 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 
 
 H2 ANALYTICS INC. 
 
 Holonics Inc. 
 
 IBM Canada Limited/IBM Canada Limitée 
 
 IIC Technologies 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. 
 
 Messa Computing 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 
 
 Nortak Software Ltd. 
 
 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 
 
 WorldReach Software Corporation 
 
 
 
 
 Description of the Requirement: 
 
 The Department of National Defence requires seven Geomatics Analysts Level 1 to produce and maintain 3DTDB and associated geomatics data under the direction of the TVis team. The work to be conducted includes the visual interpretation of satellite imagery, the creation and manipulation of geospatial data using GIS software, the compilation of three-dimensional models and terrain databases using specialized simulation software, and the quality control of these outputs. 
 
 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 #3 
 Minimum Corporate Security Required: Reliability Status 
 Minimum Resource Security Required: Reliability Status 
 Special comments: 
 In the last 24 months, services similar to those described in this requirement were provided through Contract W6369-21-X010 under SoftSim Technologies Inc with a value of $1,558,075.80. The period of the Contract was from 01 October 2020 until 30 September 2025. 
 
 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 period of contract shall 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 238 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