SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, March 30 from 7:00 pm until 11:00 pm (Eastern Time) 

TBIPS - I.7 Platform Analyst - Level 3 - Industry Canada

Solicitation number IC401435

Publication date

Closing date and time 2015/03/02 11:00 EST


    Description
    This requirement is for Industry Canada
    
    This requirement is open only to those Supply Arrangement Holders who qualified under:
    		Tier “1” (= $0-$2M) stream for IM/IT Services.
    
    This requirement is open only to those invited TBIPS Supply Arrangement Holders who qualified under the categories for:  I.7 Platform Analyst – Level 3
    
    The following SA Holders have been invited to submit a proposal.
    
    Alcea Technologies Inc.
    Cistel Technology Inc.
    Coradix Technology Consulting Ltd.
    Donna Conna Inc., IBM Canada Ltd. In JV
    DPRA Canada Incorporated
    Empowered Networks Inc.
    Excel Human Resources Inc.
    Integra Networks Corporation
    Larus Technologies Corporation
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JV
    Maplesoft Consulting Inc.
    Nortak Software Ltd.
    Prolity Corporation
    TeraMach Technologies Inc.
    Veritaaq Technology House Inc.
    
    Description of the requirement:
    Industry Canada requires the services of a Platform Analyst – Senior to address to address new Microsoft System Center Configuration Manager (CM) automated operating system deployment technology and Windows desktop management services.  The initial requirement for this contract is for 1 Platform Analyst, Level 3 to primarily focus on management and maintenance of an environment and services for Operating System Deployment (OSD) using Microsoft System Center Configuration Manager.  The remaining requirement is for an additional Platform Analyst, Level 3 on an “as and when required” basis to primarily focus on management and maintenance of the corporate desktop environment and services.  
    
    The resource(s) will be required to have a strong knowledge of automated Operating System Deployment (OSD) architecture and technology components and services using CM, in a corporate distributed computing environment and must be able to provide subject matter expertise to stakeholders with regards to OSD and the IC standard desktop operating system as well as industry best practices and standards.  The Platform Analyst(s) must have a Secret security clearance.  
    
    The roles and responsibility will include: 
    
    •	Operating System Deployment (OSD) Management and Maintenance:   includes design, development/customization/scripting, integration and maintenance activities for automation of IC Standard Desktop (English and French) image deployment using Microsoft System Center 2012 Configuration Manager (CM) OSD infrastructure (including Microsoft Deployment Toolkit (MDT), Windows Automation Installation Kit (WAIK) and Windows Assessment and Deployment Kit (WADK)); includes management of source code and related documentation (following IC standards and procedures); includes provision of subject matter expertise to stakeholders with regards to OSD architecture, technology components and services.  All recommendations/designs relating to security aspects must be vetted and approved by the IT Security group.
    
    •	Management and Maintenance of OSD, includes: 
    o	Documentation:  includes the development and maintenance of technical documentation for architecture, build, configuration, use instructions/procedures (guides) and technical support.  Also includes documentation of any required technical processes (i.e.:  operational processes, processes for Backout/Rollback, etc.), as well as development of technical and end user communications.  Configuration documentation may include minimum configuration recommendations (HW and SW), detailed configuration information (i.e.: identify important configuration items, default settings, setting alternatives, recommended settings and justifications for recommendations), and data flow diagrams. Technical Support documentation may include FAQ’s and Knowledge Base material, etc.  All support related documentation must be tested / validated.
    o	Testing:  includes development of test plans and scripts to validate that engineering for the IC Standard desktop deployment meets user and technical requirements.  This activity includes validation of functionality for the desktop delivery / technical build / installation.  This activity may also include validation of a Backout/Rollback process/software, as well as any other processes or documentation.  This activity includes execution of test scripts and documentation of testing results (test reports).  This activity also includes support for application compatibility testing. 
    o	Implementation/deployment:   adhering to IC service management standards and processes, includes some or all of the following:  development of a rollout strategy (including alignment with other changing components), scheduling of releases, support for a “pilot”, and support for production rollout.
    •	Support:  includes 3rd level support (Incident, Problem and Change management, using IC’s Service Management Tools and adhering to SM standard operating procedures) for rollout of Operating System Deployment technology and processes, as well as, for ongoing production operations.  Includes support for OSD integration with other applications/desktop software tools/infrastructure.   Support activities include analysis, problem resolution and documentation of results.
    •	Reporting:  includes design, development and generation of reports / dashboards related to production desktop configurations and/or deployment (i.e.:  successful deployments, issues/failures, etc.).
    o	Other:  may include other related duties, as required.
    
    Initial Contract Period:  Contract award to March 31, 2016
    Option Year Period 1:  April 1, 2016 to March 31, 2017
    
    File Number:  		IC401435
    Contracting Authority:	Tony Eyre
    E-Mail:			tony.eyre@ic.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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    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
    Industry Canada
    Contracting authority
    Eyre, Anthony
    Phone
    343-291-1365
    Address
    25 Queen Street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry 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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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.

     

    Support

    Contact us directly, or find your answers using resource guides.

    Date modified: