(SBIPS) 7. Legacy Support and Transition / 9. Network Services - Interactive Voice Response Migration Project

Status Awarded

Contract number F5211-160573A

Solicitation number F5211-160573A

Publication date

Contract award date

Contract value

CAD 350,000.00

    Description

    This contract was awarded to:

    Bell Canada

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    SOLUTIONS BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS)

    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Reference Number:

    F5211-160573A

    Solicitation Number:

    PW-17-00773176

    Organization Name:

    Fisheries and Oceans Canada

    Solicitation Date:

    2017-03-16

    Closing Date:

    2017-05-02 02:00 PM Atlantic Daylight Savings Time ADT

    Anticipated Start Date:

    2017-05-15

    Estimated Delivery Date:

    2017-07-17

    Estimate Level of Effort: 

     210 days 

    Contract Duration:

    The contract period will be for four (4) months from the date of contract. 

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT… 

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those SBIPS Supply Arrangement Holders who qualified under Tier 1: Region: Remote/Virtual Access

    ALL qualified Tier 1 SBIPS SA Holders for Stream 7. Legacy Support and Transition:

    • 6362222 CANADA INC., doing business as the Createch Group Accenture Inc.
    • CGI Information Systems and Management Consultants Inc.
    • CM Inc.
    • Compusult Limited
    • Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
    • CORE Software Corp
    • Dapasoft Inc
    • Dell Canada Inc
    • Deloitte Inc.
    • DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    • Ernst & Young LLP
    • ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • Groupe CMI inc.
    • IBM Canada Ltd.
    • iFathom Corporation
    • IT/Net - Ottawa Inc.
    • LNW Consulting Inc
    • MERAK Systems Corporation
    • Metex Inc.
    • Mindwire Systems Ltd.
    • Modis Canada Inc
    • Nortak Software Ltd.
    • Pricewaterhouse Coopers LLP
    • Sierra Systems Group Inc.
    • Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    • Tata Consultancy Services Canada Inc.
    • TeraMach Technologies Inc.
    • The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    • TPG Technology Consulting Ltd.
    • TPG Technology Consulting Ltd.,Amita Corporation,RANDSTAD INTERIM INC.,The Devon Group Ltd,Nortak Software Ltd.,TRM Technologies Inc,Wilcom Systems Ltd JOINT Venture
    • Unisys Canada Inc.

    and the following from Stream 9: Network Services have been invited to bid on this requirement:

    1. IPSS Inc.
    2. Scalar Decisions Inc.

    Description of Work:

    Fisheries and Oceans Canada requires professional services to provide full end-to-end design, testing and implementation of an upgrade to the fully functional, bilingual IVR system which will function on DFO IVR telephony hardware and which currently provides voice prompts to the callers and receives information which is inserted into one or more databases. The contractor will be responsible for the implementation of the upgrade and functionality of the system as it operates currently in the different regions of the country.

    • The work is currently not being performed by a contracted resource

    Security Requirement:

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Reliability

    Contract Authority

    Name: Cathi Harris

    Phone Number: 506-452-3639

    Email Address: DFOtenders-soumissionsMPO@dfo-mpo.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: SolutionsBased Informatics Professional Services (SBIPS) 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

    Business address
    Ottawa, ON,
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D302A - Informatics Professional Services
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Cathi Harris
    Phone
    506-452-3639
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Date modified: