Services of various IT Consultants for the Financial Consumer Agency of Canada (FCAC) in accordance with Terms and Conditions of TBIPS SA#EN578-170432/xxx/EI.

Solicitation number 20240042

Publication date

Closing date and time 2024/06/18 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
    Reference Number: 20240042 Solicitation Number: 20240042
    Organization Name: The Financial Consumer Agency of Canada (FCAC)
    Solicitation Date: 2024-05-22 Closing Date: 2024-06-14, 2:00 PM Ottawa Time

    Anticipated Start Date: 2023-06-16
    Estimated Delivery Date: 2025-03-31 Estimate Level of Effort: Varies, see below
    Contract Duration: The contract period will be from the date of contract to 2025-03-31 with an irrevocable option to extend it for up to four additional one-year periods.
    Solicitation Method: Competitive Applicable Trade Agreements: World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canadian Free Trade Agreement (CFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada–Ukraine Free trade agreement, the Canada-Panama Free Trade Agreement (CPanFTA), and the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland (CUKTCA).
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1 or 2
    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:
    WORKSTREAM 1: Application Services (Microsoft)
    Firm Requirement (Core Team)
    Resource Category Level of Expertise Level of Security Clearance Required *Total estimated Level of Effort
    (days) Estimated Number of Resources Required
    A.7. Programmer/Analyst (Power Platforms and Microsoft Dynamics 365) 3 Reliability 500 2
    A.11. Tester 3 Reliability 500 2

    * Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.

    Optional Resources (if and as required by the FCAC)
    Resource Category Level of Expertise Level of Security Clearance Required *Total estimated Level of Effort
    (days) **Estimated Number of Resources Required
    A.7. Programmer/Analyst (Power Platforms and Dynamics 365) 3 Reliability Status 1250 One or more, up to a maximum of 5
    A.7. Programmer/Analyst (Power Platforms and Dynamics 365) 2 Reliability Status 125 One or more, up to a maximum of 5
    A.11. Tester 3 Reliability Status 250 One or more, up to a maximum of 5
    A.7. Programmer/Analyst (Microsoft) 3 Reliability Status 500 One or more, up to a maximum of 5
    A.7. Programmer/Analyst (Microsoft) 2 Reliability 250 One or more to a maximum of 3
    A.7. Programmer/Analyst (Microsoft BI) 3 Reliability Status 500 One or more, up to a maximum of 5
    A.7. Programmer/Analyst (Microsoft BI) 2 Reliability 500 One or more, up to a maximum of 5

    WORKSTREAM 2: Information Management and Data Services
    Firm Requirement (Core Team)
    Resource Category Level of Expertise Level of Security Clearance Required *Total estimated Level of Effort
    (days) Estimated Number of Resources Required
    I.4.Database Modeller / Information Management Modeller (Data Architect) 3 Reliability 250 1

    * Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.

    Optional Resources (if and as required by the FCAC)
    Resource Category Level of Expertise Level of Security Clearance Required *Total estimated Level of Effort
    (days) **Estimated Number of Resources Required
    I.5. Information Management Architect 2 Reliability 125 One or more, up to a maximum of 5
    I.4.Database Modeller / Information Management Modeller (Data Architect) 3 Reliability 250 One or more, up to a maximum of 5
    I.3. Database Analyst/Information Management Administrator 2 Secret 125 One or more, up to a maximum of 5

    * Estimate only, includes total number of days for entire contract duration (including all optional periods)
    the actual number of days will be determined throughout the course of the project.
    The following SA Holders have been invited to submit a proposal:
    1. A. Net Solutions Inc.
    2. Adirondack Information Management Inc.
    3. CGI Information Systems and Management Consultants Inc.
    4. Cistel Technology Inc.
    5. Donna Cona Inc.
    6. Entaros Corp.
    7. IPSS INC.
    8. KPMG LLP
    9. Maplesoft Consulting Inc.
    10. MERAK Systems Corporation
    11. OnX Enterprise Solutions Ltd.
    12. S.I. SYSTEMS ULC
    13. T.I.7 INC., Quarry Consulting Inc., in joint venture
    14. Teksystems Canada Corp./Société Teksystems Canada
    15. TRM Technologies Inc.

    *** In order to assure the consistency and efficiency of operation of this particular procurement
    process, ONLY first five (5) requests to be invited to compete from uninvited SA holders will
    be accepted.

    Description of Work:
    The FCAC is seeking to establish a single Task-Authorization Contract with a qualified Supplier, in order to supplement internal capacity and access specialized skill sets experience not available internally, and provide "as-and-when" requested services as deemed necessary by the FCAC, including enhancements, modifications and optimizations to current tools and applications.
    On an as and when required basis, through the issuance of Task Authorizations (TAs), FCAC requires a Contractor to supply resources to provide services for the design, development, implementation, administration, maintenance, support and governance of FCAC’s applications, workloads, platforms and services.

    Security Requirement: Common PS SRCL # 19 applies
    Minimum Corporate Security Required: DOS – Secret
    Minimum Resource Security Required: Reliability
    Contract Authority
    Name: Pavlo Kyryakov
    Phone Number: (613)-290-2003
    Email Address: FCAC.Contract-Contrat.ACFC@fcac-acfc.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@tpsgc.gc.ca .

    Contract duration

    The estimated contract period will be 8 month(s), with a proposed start date of 2024/07/02.

    Trade agreements

    • 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

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Financial Consumer Agency of Canada
    Address

    427 Laurier Ave. W, Suite#500

    Ottawa, Ontario, K1R 1B9
    Canada
    Contracting authority
    Pavlo Kyryakov
    Phone
    (613) 290-2003
    Email
    FCAC.Contract-Contrat.ACFC@fcac-acfc.gc.ca
    Fax
    N/A
    Address

    427 Laurier Ave. W, Suite#500

    Ottawa, Ontario, K1R 1B9
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    154
    001
    French
    9

    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, French
    Region(s) of delivery
    Ottawa
    Region of opportunity
    Canada
    Contract duration
    8 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Variations or combinations of the above methods

    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: