RCAF DRMIS Aircraft Maintenance & Materiel Mgmt Informatics…

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 17 - Aircraft Launching, Landing, and Ground Handling Equipment
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD17738448644318610
Posted Date: Apr 21, 2023
Due Date: May 8, 2023
Solicitation No: W8485-TBIPS2023-01
Source: Members Only

Description

NOTICE OF PROPOSED PROCUREMENT

This requirement is only open to the below list of pre-qualified suppliers under the Task Based Informatics Professional Services (TBIPS) Supply Arrangement.

TASK BASED EN578-170432, PROFESSIONAL SERVICES REQUIREMENT

FILE NUMBER: W8485-TBIPS2023-01

TIER 1 (

This requirement is for the Department of National Defence (DND).

This requirement is for:

•        Stream 4 (B) Business Services; and

•        Stream 1 (A) Applications Services

for the services of:

•        One (1) B3 - Business Consultant, Senior;

•        Six (6) B5 - Business Process Re-engineering (BPR) Consultant, Intermediate;

•        One (1) B5 - BPR Consultant (for MM), Intermediate;

•        One (1) B9 - Courseware Developer, Intermediate;

•        One (1) B10 - Help Desk Specialist, Intermediate;

•        One (1) B14 -Technical Writer, Intermediate; and,

•        Four (4) A4 - ERP System Analysts, Junior.

Number of Contracts: This bid solicitation is intended to result in the award of one (1) contract for a period of nine (9) months.

Request for Proposal (RFP) documents will be e-mailed directly, from the DND Point of Contact (DND POC), to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT RFP DOCUMENTS ARE NOT AVAILABLE ON THE GOVERNMENT ELECTRONIC TENDERING SYSTEM. ( https://canadabuys.canada.ca/en/tender-opportunities ).

Location of Work to be Performed

Region(s): Ontario, Winnipeg, British Columbia

Specific Location(s): CFB Petawawa, 8 Wing Trenton, 17 Wing Winnipeg, 19 Wing Comox.

Security Requirement

Security Requirements Check List: Custom

Supplier Security Clearance required: FSC - Secret

Security Level required (Document Safeguarding): None

Estimated Level of Effort:

The estimated level of effort of the contract will be for 145 days for the contract period.

Estimated time frame of contract – 25 May 2023 to 31 December 2023.

Enquiries: Enquiries regarding this RFP requirement must be submitted to the DND POC listed below.

File Number: W8485-TBIPS2023-01

DND POC: Nadia Picard

E-Mail: DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

The Royal Canadian Air Force (RCAF) has a requirement for specialized corporate support and associated services for the continued improvement, sustainment and application of the plant maintenance (PM) and materiel management (MM) DRMIS modules in the context of aircraft maintenance. The Defence Resource Management Information System (DRMIS) is the Department of National Defence’s (DND’s) enterprise resource planning (ERP) solution for the entire Canadian Armed Forces (CAF).

Documents may be submitted in either official language of Canada.

The TBIPS Method of Supply is a result of a formal competitive process which was established as a result of extensive consultations with industry. The Method of Supply provides suppliers with an on-going opportunity to become prequalified for participation in future bidding opportunities. To obtain more information about how to become a pre-qualified supplier for TBIPS, please contact Public Works and Government Services Canada (PWGSC) at: RCNMDAI.-NCRIMOS@tpsgc-pwgsc.gc.ca

For general information on the various PWGSC Methods of Supply, or to obtain specific information on a PWGSC professional service method of supply, please visit PWGSC's Buy and Sell website at: https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-ca… .

List of Pre-Qualified Suppliers

This requirement is open only to the following companies who qualified under the stated consultant categories, level of expertise, security level, region and tier:

1.        1511995 Ontario Limited, ipss inc., in jv

2.        ADGA Group Consultants Inc.

3.        Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE

4.        ADRM Technology Consulting Group Corp.

5.        ADRM Technology Consulting Group Corp. and Randstad Interim Inc

6.        Advanced Chippewa Technologies Inc.

7.        Aerotek ULC

8.        Alika Internet Technologies Inc.

9.        Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV

10.        Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture

11.        BBG Management Corporation

12.        Benchmark Corp

13.        Beyond Technologies Consulting Inc.

14.        BiR Consulting Inc.

15.        BMB Data Consulting Services Inc.

16.        Bridgetown Consulting Inc.

17.        Cache Computer Consulting Corp.

18.        Calian Ltd.

19.        CGI Information Systems and Management Consultants Inc.

20.        Cistel Technology Inc.

21.        CloseReach Ltd.

22.        CloseReach Ltd., SnapSearch Inc., Bell, Browne, Molnar & Delicate Consulting Inc., IN JOINT VENTURE

23.        Cogniva Information Solutions Inc.

24.        Conoscenti Technologies Inc.

25.        Contract Community Inc.

26.        Coradix technology Consulting Ltd.

27.        Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

28.        Dare Human Resources Corporation

29.        Deloitte Inc.

30.        DIYMONDE SOLUTIONS INC., HALLUX CONSULTING INC., IN JOINT VENTURE

31.        Donna Cona Inc.

32.        Eagle Professional Resources Inc.

33.        Ernst & Young LLP

34.        Etico, Inc.

35.        Excel Human Resources Inc.

36.        Flex Tech Services Inc.

37.        FreeBalance Inc.

38.        GSI International Consulting Inc.

39.        IAN MARTIN LIMITED

40.        IBISKA Telecom Inc.

41.        IBM Canada Limited/IBM Canada Limitée

42.        IDS Systems Consultants Inc.

43.        iFathom Corp, Simfront Simulation System Corporation, ING Engineering Inc., in JV

44.        iFathom Corporation

45.        IPSS INC.

46.        Leo-Pisces Services Group Inc.

47.        Levio Conseils Inc.

48.        Lightning Tree Consulting Inc., Burbeck Inc., and P.G. Rodler Consulting in Joint Venture

49.        LIKE 10 INC.

50.        LIKE 10 INC., SoftMosis Inc. IN JOINT VENTURE

51.        LNW Consulting Inc

52.        Lumina IT inc.

53.        Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

54.        Malarsoft Technology Corporation

55.        Maplesoft Consulting Inc.

56.        Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture

57.        Maverin Inc.

58.        MaxSys Staffing & Consulting Inc.

59.        MGIS Inc.

60.        MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

61.        Michael Wager Consulting Inc.

62.        Mindwire Systems Ltd.

63.        Modis Canada Inc

64.        Myticas Consulting Inc.

65.        NATTIQ INC.

66.        NavPoint Consulting Group Inc.

67.        Newfound Recruiting Corporation

68.        Nisha Technologies Inc.

69.        NRNS Incorporated

70.        Olav Consulting Corp

71.        ONIX Networking Canada Inc.

72.        PRECISIONERP INCORPORATED

73.        Pricewaterhouse Coopers LLP

74.        Primex Project Management Limited

75.        Procom Consultants Group Ltd.

76.        Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

77.        Protak Consulting Group Inc.

78.        QMR Staffing Solutions Incorporated

79.        Quallium Corporation

80.        Quarry Consulting Inc.

81.        Robertson & Company Ltd.

82.        S.I. SYSTEMS ULC

83.        SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture

84.        Sierra Systems Group Inc.

85.        SoftSim Technologies Inc.

86.        Spaghetti Logic Inc.

87.        Spectra FX Inc.

88.        Symbiotic Group Inc.

89.        SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC

90.        T.E.S. Contract Services INC.

91.        TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture

92.        TECSIS Corporation

93.        The AIM Group Inc.

94.        The KTL Group, Inc.

95.        The VCAN Group Inc.

96.        TRM Technologies Inc.

97.        TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE

98.        Valcom Consulting group Inc.

99.        Vantix Systems Inc.

100.        WorldHire Inc

101.        Yoush Inc.

102.        Zernam Enterprise Inc

Show more description Show less description
Contract duration

The estimated contract period will be 7 month(s), with a proposed start date of 2023/05/25.

Trade agreements
  • North American Free Trade Agreement (NAFTA)
  • World Trade Organization Agreement on Government Procurement (WTO GPA)
  • Canada-Chile Free Trade Agreement (CCFTA)
  • Canada-Peru Free Trade Agreement (CPFTA)
  • Canada-Colombia Free Trade Agreement
  • Canada-Panama Free Trade Agreement
  • Canada-Honduras Free Trade Agreement
  • Canada-Korea Free Trade Agreement (CKFTA)
  • Canadian Free Trade Agreement (CFTA)
  • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
  • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Partner with another business

Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering .


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 .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >