IM/IT resources (Set-Aside Program for Aboriginal Business (SPAB))

Status Awarded

Contract number 3000227

Solicitation number 20201385

Publication date

Contract award date

Contract value

CAD 1,598,385.00

    Description

    This contract was awarded to:

    Alika Internet Technologies Inc.

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

    GSIN: D302A  Informatics Professional Services

    Reference Number: 20201385

    Solicitation Number:20201385

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

    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 one (1) year.

    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.

    Number of Contracts: 1

    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:

    • A.1 Application / Software Architect - MS Dynamics 365-Level 3 (1 resource)
    • A.1 Application / Software Architect - SharePoint Online -Level 3 (1 resource)
    • A.6 Programmer/Software Developer -.Net-Level 3 (1 resource)
    • A.7 Programmer/Analyst - MS Dynamics 365-Level 3 (1 resource)
    • I.10 Technical Architect – Cloud Solutions Architect -Level 3 (1 resource)
    • P.9 Project Manager- Data Migration/Integration-Level 3 (1 resource)

    Additional Resources:

    • B.1 Business Analyst -Level 3 (1 resource)
    • B.9 Courseware Developer - MS Dynamics 365 and/or SharePoint- Level 3 (1 resource)
    • I.2 Database Administrator -Level 3 (1 resource)
    • I.4 Database Modeller/Information Management Modeller –Level 3 (1 resource)
    • I.5 Information Management Architect -Level 3 (1 resource)
    • I.6 Network Analyst -Level 3 (1 resource)
    • I.9 System Administrator Level 3 (1 resource)
    • P.2 Enterprise Architect -Level 3 (1 resource)

    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. 1511995 Ontario Inc., Tundra Technical Solutions in Joint Venture

    2. 1511995 Ontario Limited, ipss inc., in jv

    3. Adirondack Information Management Inc., Amita Corporation, Artemp

    Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE

    4. ADRM Technology Consulting Group Corp.

    5. ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    6. Alika Internet Technologies Inc

    7. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV

    8. Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    9. Donna Cona Inc

    10. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    11. IPSS INC.

    12. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT

    VENTURE

    13. Malarsoft Technology Corporation

    14. Maverin Inc.

    15. NATTIQ INC

    16. NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT

    VENTURE

    17. Nisha Technologies Inc.

    18. Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE

    19. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION

    TECHNOLOGY CORPORATION, IN JOINT VENTURE

    20. Symbiotic Group Inc

    21. Transpolar Technology Corporation and The Halifax Computer Consulting

    Group 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 to address project and operations requirements.

    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 requirements and technical requirements specified in this RFP, at the time of Task Authorization (TA) request.

    Security Requirement: Common PS SRCL # 6 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Valid personnel security screening at the level of reliability status.

    Contract Authority

    Name: Paula Todorovic

    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

    Business address
    126-130 Albert Street
    Ottawa, ON, 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
    Todorovic, Paula
    Phone
    343-550-8387
    Address
    333 Laurier Ave. West.
    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: