Ad Hoc and Special Projects

Solicitation number A2914-13-0004

Publication date

Closing date and time 2013/06/19 14:00 EDT


    Description
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    This requirement is for the Aboriginal Affairs and Northern Development Canada
    
    This requirement is open only to those Supply Arrangement Holders who qualified under Tier 1 (= $0-$2M). 
    
    This requirement is open only to those invited TBIPS Supply Arrangement Holders who qualified under the categories for:
    
    P.9 Project Manager, Level 2
    P.9 Project Manager, Level 3
    P.8 Project Leader, Level 2
    P.7 Project Coordinator, Level 2
    P.6 Project Administrator, Level 2
    P.4 Organizational Development Consultant, Level 2
    B.1 Business Analyst, Level 2
    B.1 Business Analyst, Level 3
    B.5 Business Process Re-engineering Consultant, Level 2
    B.6 Business Systems Analyst, Level 2
    B.10 Help Desk Specialist, Level 2
    B.12 Network Support Specialist, Level 2
    B.14 Technical Writer, Level 1
    A.1 Application Software Architect, Level 2
    A.6 Programmer/Software Developer, Level 2
    A.6 Programmer/Software Developer, Level 1
    A.7 Programmer/Analyst, Level 2
    A.7 Programmer/Analyst, Level 1
    A.8 System Analyst, Level 2
    A.8 System Analyst, Level 1
    A.14 Web Developer, Level 2
    I.10 Technical Architect, Level 3
    B.8 Call Center Consultant, Level 2
    
    
    The following SA Holders have been invited to submit a proposal.
    
    ADRM Technology Consulting Group Corp.(o/a ADRMTEC)
    Technology Consulting Group Corp. and Randstad Interim Inc. (Joint Venture)
    Donna Cona Inc.
    IT Services Canada Inc. (o/a Nattiq)
    Nisha Technologies Inc., Contract Community Inc. in Joint Venture
    Donna Cona Inc., IBM Canada Limited in Joint Venture
    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    
    
    
    This requirement is set aside for Aboriginal suppliers in accordance with the government Procurement Strategy for Aboriginal Business. The bidder must certify in its bid that it is an Aboriginal business or a joint venture as defined within the Procurement Strategy for Aboriginal Business.
    
    Description of the requirement:
    
    DIAND has the primary, but not exclusive, responsibility for meeting the federal government’s constitutional, treaty, political, and legal responsibilities to Aboriginal peoples and Northerners.  Under this mandate, DIAND is responsible for the planning, design, implementation, and assessment of policies and the delivery of a variety of programs and services to Aboriginal and Northern peoples and communities.  In addition, to support the department’s mandate, this request for proposals from bidders is set aside for Aboriginal only companies. 
    
    The British Columbia (Vancouver) and Ontario (Ottawa-Gatineau) regional DIAND offices require ad hoc IT services for special projects to support this mandate.  IT projects cover unforeseen changes, resource load need or new business requirements in the department that require short term projects to address.  Ongoing support needs have been provided for locally in Ottawa and Vancouver.  At times, more resource days of the typical support type or different types of resources outside of a strictly support model are required to address fixed time project based activities.  Specific projects will be identified on an “as and when needed” basis.
    
    Proposed period of contract:
    
    The proposed period of contract shall be from contract award to June 30, 2014 with one Option Period.
    
    File Number:  		A2914-13-0004 
    
    Contracting Authority:	Cindy Miller
    
    Phone Number:		819-953-8129
    
    Fax Number: 		819-953-7830
    E-Mail:			cindyi.miller@ainc-inac.gc.ca
    
    NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis.  If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information
    Contracting authority
    Miller, Cindy
    Phone
    819-953-8129
    Address
    10 Wellington St.
    Gatineau, QC, K1A 0H4
    CA
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    Canada