Canada - IT professional services - DND - JCIS CEP (W6369-19CY04/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 January 2020
Opportunity publication date
11 December 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / 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:

Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) – W6369-19CY04/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 assist in the continued development and execution of current Research and Development initiatives under the Joint Communication and Information Systems, Concepts Experimentation and Projects (JCIS CEP) section of Director Cyber Co-ord.

The Resource Categories described below are required on an as and when requested basis:

RESOURCE CATEGORY LEVEL OF EXPERTISE
A.1 Applications/Software Architect Level 2
A.6 Programmer/Software Developer (CORE) Level 3
A.11 Tester (CORE) Level 3
B.14 Technical Writer Level 3
P.2 Enterprise Architect (CORE) Level 3
P.9 Project Manager Level 3
C.8 Network Security Analyst Level 2
C.14 IT Security R&D Specialist Level 2

It is intended to result in the award of one (1) contract, for one (1) year plus four (4) one-year irrevocable options allowing Canada to extend the term of the contract(s).

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.

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 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 Jérémie Mageau-David at Jeremie.mageau-david@tpsgc-pwgsc.gc.ca.

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.

Opportunity closing date
20 January 2020
Value of contract
to be confirmed

About the buyer

Address
Department of National Defence Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?