SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Task Based Informatics Professional Services (TBIPS) for (1) Programmer Analyst (level 3)

Status Awarded

Contract number FP802-200139

Solicitation number FP802-200139

Publication date

Contract award date

Contract value

CAD 90,140.40

    Description

    This contract was awarded to:

    OpenFrame Technologies, Inc.

    Solicitation Number:

    FP802-200139

    Organization Name:

    Fisheries and Oceans Canada

    Anticipated Start Date:

    2020-10-23

    Contract Duration:

    The estimated level of effort for the Resources is 140 days for the first year of the Contract, 220 days for the first option period and 220 days for the second option period.

    The contract period will be from Contract award to March 31, 2021 with irrevocable options to extend it for up to two (2) additional periods.

    Number of Contracts: 1

    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 following category under Stream 1:

    One (1) Resource – A7 Programmer Analyst (level 3)

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

    4165047 Canada Inc.

    Bridgetown Consulting Inc.

    Cache Computer Consulting Corp.

    Cistel Technology Inc.

    Cofomo Ottawa

    Compusult Limited

    Conoscenti Technologies Inc.

    Dargan Industries Inc.

    Deloitte Inc.

    Integrity Canada Inc.

    Maplesoft Consulting Inc.

    Metaflow Inc.

    Michael Wager Consulting Inc.

    Prologic Systems Ltd.

    SERTI Placement TI Inc.

    Description of Work:

    The CCG-IT group, a sub-division of E&I, is responsible for the support and maintenance of several key information systems. Those systems are used for both support to management decision making and for operational requirements.

    The Common Core, iFleet systems are of particular importance and require additional support to maintain our levels of service with our various CCG Fleet clients. 

    The Common Core is a web based application used to administer data that is common to all information systems within the CCG Fleet. This system is the backbone for all other information management systems within CCG Fleet; not only does it provide the data for all other systems but it also defines the architecture to be used for all other systems as well.

    The iFleet system is a windows forms-based system deployed to 116 CCG vessels and stations which is used to issue sailing orders and to record activity, fuel, and position information for all services provided by our Fleet. In addition, iFleet is the cornerstone for a vast majority of Fleet’s performance reporting

    The Contractor must provide, full time services, one (1) resources under the following Task Based Informatics Professional Services (TBIPS) categories and levels listed below:

    Stream 1: Applications Services / Level 3:

    • A7 Programmer Analyst (Level 3: < 10 years of experience)

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: DOS - Reliability

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Ginette Aliaga

    Phone Number: 343-540-9331

    Email Address: Ginette.AliagaGallo @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: TaskBased 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

    Business address
    3535 St. Charles Blvd., Suite 201
    Kirkland, QC, H9H 5B9
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • D308A - Programming Services
    • 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
    Aliaga, Ginette
    Phone
    343-540-9331
    Address
    Pêches et Océans Canada
    200 rue Kent
    Ottawa, ON, K1A 0E6
    Canada

    Buying organization(s)

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