A.1 Applications/Software Architect - Level 3
Solicitation number 1000033078
Publication date
Closing date and time 2024/05/28 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A INFORMATICS PROFESSIONAL SERVICES
Reference Number: 1000032849 Solicitation Number: 1000033087
Organization Name: Department of Justice Canada
Solicitation Date: 2024-05-13
Closing Date:
2024-06-28 02:00 PM Eastern Standard Time EST
Anticipated Start Date: 2024-06-17
Estimate Level of Effort: Unknown – Task Authorization Contract for services as and when required, award value: $3,750,000.00 including taxes.
Contract Duration: The contract period will be from the date of contract to March 31, 2030.
Solicitation Method: Competitive Number of Contracts: One (1)
Comprehensive Land Claim Agreement Applies: No
Applicable Trade Agreements: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), 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-European Union Comprehensive Economic and Trade Agreement (CETA), Canada Korea Free Trade Agreement (CKFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Honduras Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) and the Canadian Free Trade Agreement (CFTA).
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:
• One (1) A.1. Applications/Software Architect
The following SA Holders have been invited to submit a proposal:
•Adobe Systems Federal LLC
•AlikaInternet Technologies Inc.
•Altis Recruitment & Technology Inc.
•Cofomo Inc.
•Conoscenti Technologies Inc.
•IT/Net-Ottawa Inc.
•Nisha Technologies Inc.
•Orangutech Inc.
•PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERPIncorporated, in JOINTVENTURE
•R2i Incorporated
•Randstad Interim Inc.
•Sierra Systems Group Inc.
•Systemscope Inc.
•TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
•The AIM Group Inc.
Description of Work:
Business Analytics (BA) is a departmental priority with an objective to enhance evidence-based decision making and to enable continuous improvement and innovation for business and legal excellence in Department of Justice Canada (JUS). The BA team identified multiple initiatives necessary to provide sustainable technological platforms for business intelligence, AI-powered solutions and tools and data management.
A portion of the work is currently being performed by Cofomo Ottawa (formerly Emerion) under contract since February 2021 (value $3,750,000.00 including taxes). There were additional resources included in the previous RFP that are not included in RFP 1000032849.
Security Requirement: Common PS SRCL #19 applies
Minimum Corporate Security Required: Facility Security Clearance at the level of Secret
Minimum Resource Security Required: Secret
Contract Authority
Name: Ryan Greig
Phone Number: 416-997-3148
Email Address: Ryan.Greig@justice.gc.ca
Inquiries
Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.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.
NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca
Contract duration
The estimated contract period will be 69 month(s), with a proposed start date of 2024/06/17.
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)
-
Canada-Ukraine Free Trade Agreement (CUFTA)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
-
None
Contact information
Contracting organization
- Organization
-
The Department of Justice Canada
- Address
-
284 Wellington St.
Ottawa, Ontario, K1A 0H8Canada
- Contracting authority
- Ryan Greig
- Phone
- (416) 997-3148
- Email
- Ryan.Greig@justice.gc.ca
- Address
-
rue 284 Wellington
Ottawa, Ontario, K1A 0H8Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
1000033078_NPP FR.pdf | 001 |
French
|
12 | |
1000033078_NPP EN.pdf | 001 |
English
|
132 |
Access the Getting started page for details on how to bid, and more.