Tier 1_NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) –- I.4 Database Modeller / Information Management Modeller _Level 2

Solicitation number 1000262152

Publication date

Closing date and time 2025/10/23 14:00 EDT

Last amendment date


    Description

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

    This requirement is for: Indigenous Services Canada

    This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the region / metropolitan area: National Capital Region (NCR) , level of expertise: Level 2 and for the following category(ies): I.4 Database Modeller / Information Management Modeller

    The requirement is intended to result in the award of one (1) contract.

    The following SA Holders have been invited to submit a proposal:
    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
    6156487 Canada Inc.
    Adastra Corporation
    ADGA Group Consultants Inc.
    Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    Alphabyte Solutions Inc.
    Apption Corporation
    Attain Insight Solutions Inc.
    Compusult Limited
    Conoscenti Technologies Inc.
    CSI Consulting Inc.
    DA Global Consultants Incorporated
    DWP Solutions Inc.
    ENET4S SOFTWARE SOLUTIONS LTD
    Equasion Business Technologies Consulting Inc
    Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV
    Etico, Inc.
    I4C INFORMATION TECHNOLOGY CONSULTING INC
    Inround Innovations Incorporated, 3056058 Canada Inc., IN JOINT VENTURE
    LNine Consulting Inc.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    Munvo Solutions Inc.
    Orangutech Inc.
    PRECISIONERP INCORPORATED
    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
    PureLogic IT Solutions Inc
    SAS Institute (Canada) Inc.
    SEASI Consulting Inc.
    SEASI CONSULTING INC., ADASTRA CORPORATION , IN JOINT VENTURE
    Spearhead Management Canada Ltd.
    SYSTEMATIX IT SOLUTIONS INC., SYSTEMATIX TECHNOLOGIES DE L'INFORMATION INC., LES SERVICES CONSEILS SYSTEMATIX INC., SYSTEMATIX TECHNOLOGY CONSULTANTS INC., in Joint Venture
    SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
    TECSIS Corporation

    Description of the Requirement:

    The Department of Indigenous Services Canada has a requirement for one (1) : I.4 Data Modeller / Information Management Modeller(s) (Level 2) to support and enhance the Non-Insured Health Benefit (NIHB) Statistical Analysis System (SAS) suite of software processes and custom program code, and to support the transition of NIHB’s Extract, Transform and Load (ETL) process from SAS 9 to SAS Viya.

    The Contractor’s Data Modeller/Information Management Modeller(s), will provide support, enhancements, programming and industry knowledge for the various SAS software tools/solutions available to NIHB. In particular, the Data Modeller/Information Management Modeller(s), will update, modify and develop as required existing and new NIHB pharmacy, medical supplies and equipment, dental, mental health, vision care and medical transportation data warehouses and ETL processes, as well as perform system maintenance and implement other enhancements as necessary.

    The services are required on an "as-and-when-requested basis" using a Task Authorization (TA) process.

    Security:

    There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

    Level of Security Requirement:

    Minimum Resource Security Required: RELIABILITY STATUS
    Document Safeguarding Security Level Required: PROTECTED B

    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-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).

    Proposed period of contract:

    The proposed period of contract shall be from date of contract award to end of 2 years, plus 3 one-year irrevocable options allowing Canada to extend the term of the contract.

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 680 (days)

    Contracting Authority Information:

    File Number: 1000262152
    Contracting Authority: Sumanvir Sahota-Chhokar
    E-Mail: sumanvir.sahota-chhokar@sac-isc.gc.ca

    Inquiries:

    Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.

    Debriefings:

    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s).

    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
    Contact information

    Contracting organization

    Organization
    Department of Indigenous Services (ISC)
    Address

    10 Wellington St.

    Gatineau, Québec, K1A 0H4
    Canada
    Contracting authority
    Sumanvir Sahota-Chhokar
    Email
    sumanvir.sahota-chhokar@sac-isc.gc.ca
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price