NPP TBIPS - ONE (1) WED DEVELOPER LEVEL 3 - USER INTERFACE DESIGNER FOR MIGRATION TO GOC WEB RENEWAL

Solicitation number FP802-140075

Publication date

Closing date and time 2014/07/02 11:00 EDT


    Description
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    Solicitation #: FP802-140075 Closing Date: July 2, 2014    Time: 11:00am Eastern daylight savings time
    
    This requirement is for the department of Fisheries and Oceans Canada.
    
    Title: TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) SUPPLY ARRANGEMENT (SA)
    REQUIREMENT FOR ONE (1) WEB DEVELOPER LEVEL 3
    USER INTERFACE DESIGNER FOR MIGRATION TO GOC WEB RENEWAL
    
    Introduction
    
    The Department of Fisheries and Oceans (DFO) will be integrating its regional and national internet sites to improve service delivery and prepare for the movement of DFO Web content into Canada.ca.  Integration will occur under topic areas which fall under the DFO mandate.  This includes topics such as Fisheries, Safe Waterways, Marine Ecosystems, Science, Aquatic Species and Aquaculture.
    
    Objectives of the Requirement
    
    The proposed resource will be called upon to assist the Department in implementing a new Information Architecture which follows TBS Web Performance Measurement and Analytics Framework.  This would include site design using data inputs from 
    •	User needs assessment
    •	Usability testing
    •	Expert reviews (heuristic testing)
    •	Web analytics
    •	User surveys
    •	Social media analysis
    •	Search analytics
    •	Accessibility reviews
    
    TASKS
    
    The proposed resource will perform the following tasks:
    - Participate in the planning of user needs assessment for known gaps in knowledge of user needs 
    - Use the results of usability testing to design content and navigation schemes which simplify user tasks 
    - Mapping content and site navigation to user’s expectation and engaging with actual users to iterate design through usability testing
    - Conducts iterative design cycles to improve user task completion rates
    - Measure Web page effectiveness to ensure that DFO Web content meets user needs and TBS performance measurement framework requirements.  This includes the following Key Performance Indicators:
    •	Users can effectively search and navigate to information they need
    •	Web pages comply with W3C’s Web Content and Accessibility Guidelines (WCAG 2.0 AA Level) 
    •	Content is coded in HTML5 and complies with Standard on Web interoperability
    •	Content is coded in UTF-8
    •	ATOM syndication is used for Web feeds
    •	Pages download and render in 2-5 seconds
    •	Page size doesn’t exceed 500kb
    •	Pages viewable on small screens with pinching and are thumb friendly
    •	Pages viewed on small screens are user friendly
    - Implement WET 4.0 compliant Web pages using technologies such as javascript, html5, CSS3, bootstrap, Less, node.js,GIT, ESRI
    - Lead the development of WET 4.0 compliant version of Wordpress solution for TBS.
    - Recommend strategies for onboarding DFO content to Canada.ca
    -Participate in Treasury Board working groups for Web Experience Toolkit
    
    This requirement is for: FISHERIES AND OCEANS CANADA
    
    This requirement is open only to those Supply Arrangement Holders who qualified under Tier  “ 1 ” (= $0-$2M )  stream for Application Services.
    
    This requirement is open only to those invited TBIPS Supply Arrangement Holders who qualified under the category for:
    A.14 WEB Developer
    
    The following SA Holders have been invited to submit a proposal.
    
    1.	1092009 Ontario Inc.
    2.	Access Corporate Technologies Inc.
    3.	AMITA Corporation
    4.	Calian Ltd.
    5.	Computer Sciences Canada Inc./Les sciences de l’informatique Canada Inc.
    6.	Coradix technology Consulting Ltd.
    7.	Coredal Systems Consulting Inc.
    8.	FoxWise Technologies Inc., CSI CONSULTING INC, BATES PROJECT                        MANAGEMENT, INC IN         JOINT VENTURE
    9.	 ING Engineering Inc., LANLord Networking Systems Inc., in Joint Venture
    10.	Lintex Computer Group Inc.
    11.	N12 Consulting Corporation
    12.	S.i. Systems Ltd.
    13.	SRA Staffing Solutions Ltd.
    14.	TRM Technologies Inc.
    15.	Veritaaq Technology House Inc.
    
    
    Enquiries regarding this RFP requirement are to be submitted in writing to the following:
    
    Vladimir Shkrob
    Contracting Officer, 
    Department of Fisheries and Oceans
    Station 109, 301 Bishop Drive
    Fredericton, NB
    E3C 2M6
    Email: vladimir.shkrob@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Shkrob, Vladimir
    Phone
    506-452-4236
    Fax
    506-452-3676
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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: