Maximo CMMS Configuration Changes

Solicitation number 21120-24-4242746/B

Publication date

Closing date and time 2023/08/29 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: 21120-24-4242746 Solicitation Number: 21120-24-4242746/B
    Organization Name: Correctional Service Canada – Contracting and Materiel Services

    Solicitation Date: 2023-08-08
    Closing Date: 2023-08-29 02:00 PM Eastern - Daylight Saving Time EDT
    Anticipated Start Date: At contract awarded
    Estimated Delivery Date: N/A
    Estimate Level of Effort: 20 to 60 days per resource
    Contract Duration: The contract period will be for one (1) year from the date of contract with an option to extend it for up to one (1) additional one (1) year period.
    Solicitation Method: Competitive
    Applicable Trade Agreements: WTO-AGP, CCFTA, CPFTA, CColFTA, CPanFTA, CHFTA, CETA, Canada-UK CTA, CPTPP CKFTA, CUFTA CFTA
    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
    National Capital Region for the following categories:
    One (1) Level 3 Application/Software Architect
    One (1) Level 2 Programmer/Analyst
    One (1) Level 2 Data Conversion Specialist
    One (1) Level 2 Instructor, Information Technology

    The following SA Holders have been invited to submit a proposal:
    1. Beyond Technologies Consulting Inc.
    2. C3SA CYBERNETIC SECURITY AUDIT INC.
    3. Cistel Technology Inc.
    4. Ernst & Young LLP
    5. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    6. IBM Canada Limited/IBM Canada Limitée
    7. IT/Net - Ottawa Inc
    8. Maplestream Inc., Cofomo Ottawa Inc., in Joint Venture
    9. MDOS CONSULTING INC.
    10. NATTIQ INC.
    11. Primex Project Management Limited
    12. Slalom Consulting ULC
    13. Teambuilder Consulting Inc.
    14. Thinking Big Information Technology Inc.
    15. Veritaaq Technology House Inc.

    Description of Work:
    CSC requires the services of a company that has experience in MAXIMO CMMS from IBM in order to complete software Configuration Changes based on updated business processes since the original configuration, develop training material and new data management need for building condition reports. Additionally, completing the implementation for Ontario sites including data entry of assets, location, preventative maintenance, and users. The Contractor must quickly get familiar with the programming and data already established by CSC.
    - Bidders must submit a bid for all resource categories
    - The work is currently being performed by Cofomo Ottawa under contract (value $501,300.00)

    Security Requirement: Common PS SRCL #06 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority
    Name: Jason St-Onge
    Phone Number: (506) 269-3765
    Email Address: jason.st-onge@csc-scc.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 12 month(s).

    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)

    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

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Service Correctionnel Canada
    Address

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Contracting authority
    Jason St-Onge
    Phone
    (506) 269-3765
    Email
    jason.st-onge@csc-scc.gc.ca
    Address

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price