Department of Justice Canada (Justice) – Five (5) TBIPS Resources

Status Awarded

Contract number 4600000457

Solicitation number 1000028087

Publication date

Contract award date

Contract value

CAD 2,000,000.00

    Description

    This contract was awarded to:

    Cofomo Ottawa

    NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Reference Number: 1000028087

    Solicitation Number: 1000028087

    Organization Name: Department of Justice Canada

    Solicitation Date: 2020-12-10

    Closing Date: 2021-01-20 02:00 PM Eastern Standard Time EST

    Anticipated Start Date: 2021-04-01

    Estimate Level of Effort: Unknown – Task Authorization Contract for services as and when required, award value: $2,000,000.00 including taxes.

    Contract Duration: The contract period will be from the date of contract to March 31, 2027

    Solicitation Method: Competitive

    Number of Contracts: One (1)

    Comprehensive Land Claim Agreement Applies: No

    Applicable Trade Agreements: Canada Free Trade Agreement (CFTA), World Trade Organization (WTO), Canada-Chile Free Trade Agreement, Canada-Columbia Free Trade Agreement, Canada-Panama Free Trade Agreement, Comprehensive Economic and Trade Agreement (European Union), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada-Peru Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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:

    • Two (2) A.4 Enterprise Resource Planning System Analyst – Level 3
    • One (1) A.4 Enterprise Resource Planning System Analyst – Level 2
    • Two (2) A.7 Programmer/Analyst – Level 3

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

    1. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    2. Alika Internet Technologies Inc.
    3. CGI Information Systems and Management Consultants Inc.
    4. Cofomo Ottawa
    5. ENET4S SOFTWARE SOLUTIONS LTD
    6. Eperformance Inc.
    7. KPMG LLP
    8. Maplesoft Consulting Inc.
    9. NavPoint Consulting Group Inc.
    10. Newfound Recruiting Corporation
    11. Orangutech Inc.
    12. Procom Consultants Group Ltd.
    13. S.I. SYSTEMS ULC
    14. TECSIS Corporation
    15. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    16. The AIM Group Inc.

    Description of Work:

    Justice’s new legal case management system was fully implemented, nationally, in August of 2020. A collection of new requirements as well as feature enhancements exist as Justice continues to invest in this toolchain. Furthermore, with a new system and new data collection, there are also new document management, analytics and reporting requirements.

    In support of initiatives related to digital transformation and legal case management, Justice requires the services of a team of experienced experts in the 3 verticals of application development, information management and data analytics. The team will support feature enhancements on the CRM Dynamics platform, SharePoint, as well as Tableau and Power BI on an as and when required basis, through Task Authorizations (TAs).

    Bidders must submit a bid for all resource categories

    A portion of the work is currently being performed by Cofomo Ottawa (formerly Emerion) under contract since September 2016 (value $2,634,665.09 including taxes).

    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: Kayla Pordonick

    Phone Number: 613-301-9709

    Email Address: Kayla.Pordonick@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

    Business address
    368 Dalhousie Street, Suite 200
    Ottawa, Ontario, K1N 7G3
    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
    Department of Justice Canada
    Address
    284 Wellington Street
    Ottawa, Ontario, K1A0H8
    Canada
    Contracting authority
    Pordonick, Kayla
    Phone
    613-301-9709
    Address
    284 Wellington Street
    Ottawa, ON, K1A 0H8
    CA

    Buying organization(s)

    Organization
    Department of Justice Canada
    Address
    284 Wellington Street
    Ottawa, Ontario, K1A0H8
    Canada