Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

A.1 Applications/Software Architect - Level 3

Solicitation number 1000033078

Publication date

Closing date and time 2024/05/28 14:00 EDT

Last amendment date


    Description

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

    Reference Number: 1000032849 Solicitation Number: 1000033087
    Organization Name: Department of Justice Canada
    Solicitation Date: 2024-05-13
    Closing Date:
    2024-06-28 02:00 PM Eastern Standard Time EST
    Anticipated Start Date: 2024-06-17
    Estimate Level of Effort: Unknown – Task Authorization Contract for services as and when required, award value: $3,750,000.00 including taxes.
    Contract Duration: The contract period will be from the date of contract to March 31, 2030.
    Solicitation Method: Competitive Number of Contracts: One (1)
    Comprehensive Land Claim Agreement Applies: No
    Applicable Trade Agreements: The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada Korea Free Trade Agreement (CKFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Honduras Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) and the Canadian Free Trade Agreement (CFTA).
    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:
    • One (1) A.1. Applications/Software Architect
    The following SA Holders have been invited to submit a proposal:

    •Adobe Systems Federal LLC
    •AlikaInternet Technologies Inc.
    •Altis Recruitment & Technology Inc.
    •Cofomo Inc.
    •Conoscenti Technologies Inc.
    •IT/Net-Ottawa Inc.
    •Nisha Technologies Inc.
    •Orangutech Inc.
    •PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERPIncorporated, in JOINTVENTURE
    •R2i Incorporated
    •Randstad Interim Inc.
    •Sierra Systems Group Inc.
    •Systemscope Inc.
    •TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    •The AIM Group Inc.

    Description of Work:
    Business Analytics (BA) is a departmental priority with an objective to enhance evidence-based decision making and to enable continuous improvement and innovation for business and legal excellence in Department of Justice Canada (JUS). The BA team identified multiple initiatives necessary to provide sustainable technological platforms for business intelligence, AI-powered solutions and tools and data management.
    A portion of the work is currently being performed by Cofomo Ottawa (formerly Emerion) under contract since February 2021 (value $3,750,000.00 including taxes). There were additional resources included in the previous RFP that are not included in RFP 1000032849.
    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: Ryan Greig
    Phone Number: 416-997-3148
    Email Address: Ryan.Greig@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

    Contract duration

    The estimated contract period will be 69 month(s), with a proposed start date of 2024/06/17.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    The Department of Justice Canada
    Address

    284 Wellington St.

    Ottawa, Ontario, K1A 0H8
    Canada
    Contracting authority
    Ryan Greig
    Phone
    (416) 997-3148
    Email
    Ryan.Greig@justice.gc.ca
    Address

    rue 284 Wellington

    Ottawa, Ontario, K1A 0H8
    Canada
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 FR 14 2024/05/12
    001 EN 136 2024/05/12
    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    69 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: