Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Operational systems analyst for incident response tools

Status Awarded

Contract number FP802-200241

Solicitation number FP802-200241

Publication date

Contract award date

Contract value

CAD 205,095.00

    Description

    This contract was awarded to:

    ExcelITR

    Reference Number:

    FP802-200241

    Solicitation Number:

    FP802-200241

    Organization Name:

    Fisheries and Oceans Canada

    Solicitation Date:

    2020-12-23

    Closing Date:

    2021-01-14 02:00 PM Eastern Daylight Saving Time EST

    Anticipated Start Date:

    2021-02-01

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

    Contract Duration:

    The contract period will be from Contract award to February 28, 2022 with irrevocable options to extend it for up to One (1) additional 1 year period.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), and the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    Comprehensive Land Claim Agreement Applies:

    No

    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 categories:

    One (1) Resource - System Analyst (level 3)

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

    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE

    Advanced Chippewa Technologies Inc.

    Calian Ltd.

    Conoscenti Technologies Inc.

    Eclipsys Solutions Inc

    Eperformance Inc.

    Excel Human Resources Inc.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture 

    Maplesoft Consulting Inc.

    N12 Consulting Corporation

    Newfound Recruiting Corporation

    SERTI Placement TI inc.

    TAG HR The Associates Group Inc.

    The AIM Group Inc.

    TRM Technologies Inc. 

    REQUIREMENT

    The Canadian Coast Guard (CCG) requires a supplier to undertake a thorough operational systems analysis in order that the project may leverage existing CCG systems in the development of the Communication Portal for Integrated Incident Response (CPIIR) tool.

    Specifically, the Coast Guard requires the professional services of a Senior Systems Analyst who can identify and assess the current operational systems, and provide options for moving forward with an integrated CPIIR solution.

    *The work is NOT currently being performed by any contractor.

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: DOS - Reliability

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Stephane Julien

    Phone Number: 343-548-5181

    Email Address: Stephane.Julien2@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
    102 Bank Street, Suite 300
    Ottawa, ON, KIP 5N4
    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
    Julien, Stephane
    Phone
    343-548-5181
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

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