SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

NPP (PSAB) - IM/IT Resources (MS Dynamics CRM case management systems and related applications)

Status Awarded

Contract number 3000175

Solicitation number 20182582

Publication date

Contract award date

Contract value

CAD 1,984,562.50

    Description

    This contract was awarded to:

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

    NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A  Informatics Professional Services

    Reference Number: 20182582

    Solicitation Number: 20182582

    Organization Name: Administrative Tribunals Support Services of Canada (ATSSC)

    Solicitation Date: 2019-03-07

    Closing Date: March, 25 2019 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date: From Contract award date

    Contract Duration: The contract period will be for 24 months from the date of contract, with an irrevocable option to extend up to two (2) additional six month periods.

    Solicitation Method: Procurement Strategy for Aboriginal Business (PSAB)

    Applicable Trade Agreements: This requirement is set aside for Aboriginal suppliers in accordance with the Procurement Strategy for Aboriginal Business. The bidder must certify in its bid that it is an Aboriginal business or an eligible joint venture as defined within the Procurement Strategy for Aboriginal Business.

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: 1

    Requirement Details

    Tendering Procedure: Selective Tendering- Aboriginal Suppliers Only

    This procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB.This requirement is open only to those Aboriginal TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region, for the following categories:

    Core Resources:

    P.2 Enterprise Architect – Level 3 (1 resource)

    A.1 Application/Software Architect (CRM) - Level 3 (1 resource)

    A.6 Programmer/Software Developer (CRM) - Level 3 (1 resource)

    P.9 Project Manager – Level 3 (1 resource)

    Additional Resources:

    I.2 Database Administrator- Level 3 (1 resource)

    A.6 Programmer/Software Developer (SharePoint) - Level 3 (1 resource)

    B.14 Technical Writer - Level 2 (1 resource)

    P.1 Change Management Consultant - Level 3 (1 resource)

    A.11 Tester - Level 3 (1 resource)

    B.3 Business Consultant- Level 3 (2 resources)

    NOTE: At bid closing, only the core resources identified above will be evaluated as part of the bid evaluation. The Bidder must propose one (1) resource per category to be evaluated for the core resources. The additional resources will be evaluated at the time of Task Authorization requests.

    The following SA Holders have been invited to submit a proposal:

    1. Adirondack Information Management Inc
    2. ADRM Technology Consulting Group Corp
    3. ADRM Technology Consulting Group Corp. and Randstad interim Inc in JV
    4. Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc. in JV
    5. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    6. Donna Cona Inc
    7. Donna Conna Inc. andIBM Canada Limited in Joint Venture.
    8. IPSS
    9. Koroc Consulting Inc. and Isheva Inc. in Joint Venture
    10. Makawa Resourcing Inc.
    11. Makawa Resourcing Inc.and TPG Technology Consulting Ltd in Joint Venture
    12. NATTIQ Inc.
    13. NATTIQ Inc.and ADGA Group Consultants Inc., in Joint Venture
    14. Nisha Technologies Inc.
    15. Nisha Technologies Inc.and Contract Community Inc., In Joint Venture
    16. OLAV Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in Joint Venture
    17. Symbiotic Group Inc.
    18. Transpolar Technology Corporation and the Halifax Computer Consulting group in joint Venture
    19. Turtle Technologies Inc.
    20. Turtle Technologies Inc and SOMOS Consulting Group Ltd in Joint Venture

    Description of Work:

    The Administrative Tribunals Support Services of Canada (ATSSC) requires the services of a team of IM/IT resources on an as-and-when requested basis, for the development, delivery and implementation of MS Dynamics CRM case management systems and related applications.

    The ATSSC may require additional resources, in addition to the core team, and such resources may be required during the period of the contract on an as-and-when requested basis, through a Task Authorizations (TA) process. The additional resources are not required at the time of bid closing. The additional resources must meet the security clearance requirements and technical requirements specified in this RFP, at the time of Task Authorization (TA) request.

    Security Requirement: Common PS SRCL # 19 applies

    Minimum Corporate Security Required: Valid Facility Security Clearance at the level of Secret

    Minimum Resource Security Required: Valid personnel security screening at the level of: Core Resources: Secret; and Additional Resources: reliability, confidential or secret, as identified in each task authorization.

    Contract Authority

    Name: procurements-achats@tribunal.gc.ca

    Email Address: procurements-achats@tribunal.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

    **********************

    This requirement is set aside for Aboriginal suppliers in accordance with the Procurement Strategy for Aboriginal Business

    Business address
    126-130 Albert Street
    Ottawa, Ontario, K1P 5G4
    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
    Administrative Tribunals Support Service of Canada
    Address
    344 Slater St., 15th floor, suite 100
    Ottawa, Ontario,  K1A 0B6
    Canada
    Contracting authority
    Fong, Jean
    Phone
    613-991-9327
    Address
    333 Laurier Ave. W., 16th Floor
    Ottawa, ON, K1A 0G7
    CA

    Buying organization(s)

    Organization
    Administrative Tribunals Support Service of Canada
    Address
    344 Slater St., 15th floor, suite 100
    Ottawa, Ontario,  K1A 0B6
    Canada
    Date modified: