MAXIMO system Configuration Changes

Solicitation number 21120-24-4242746

Publication date

Closing date and time 2023/07/28 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
    Organization Name: Correctional Service Canada – Contracting and Materiel Services .
    Solicitation Date: 2023-07-06 Closing Date: 2023-07-28 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date: 2023-08-25
    Estimated Delivery Date: Before 2024-07-31
    Estimate Level of Effort: 20 to 60 days per resource over a year

    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
    0ne (1) Level 2 Programmer/Analyst
    0ne (1) Level 2 Data Conversion Specialist
    0ne (1) Level 2 Instructor, Information Technology

    The following SA Holders have been invited to submit a proposal:

    1. 9149481 Canada Inc., Tatkresiwok Community Solution Inc.; In joint Venture
    2. Accenture Inc.
    3. Calian Ltd., DWP Solution Inc., In Joint Venture
    4. Cofomo Inc.
    5. Cofomo Ottawa
    6. Jumping Elephants Incorporated
    7. Maolestream Inc., Cofomo Ottawa Inc., In Joint Venture
    8. Nova Networks Inc.
    9. ONIX Networking Canada Inc.
    10. Sapper Labs Inc., Electronic Warfare Associates – Canada, Ltd, In Joint Venture
    11. Spaghetti Logic Inc.
    12. Talentlab Inc.
    13. Tundra Technical Solutions Inc.
    14. Turtle Technologies Inc.
    15. Zernam Enterprise 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

    • 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)

    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, avenue Laurier Ouest

    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 – Selective Tendering
    Selection criteria
    Lowest Cost-per-Point