TBIPS - A.7 Programmer / Analyst JAVA

Solicitation number IC401492

Publication date

Closing date and time 2015/10/09 12:00 EDT

Last amendment date


    Description
    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 category:
    One (1) Level 3 Programmer / Analyst  
    The following SA Holders have been invited to submit a proposal:
    1.	Amita Corporation
    2.	Apption Corporation
    3.	Avaleris Inc.
    4.	Bevertec CST Inc.
    5.	Compusult Limited
    6.	Coradix Technology Consulting Ltd.
    7.	Etico Software Inc.
    8.	Holonics Inc.
    9.	Le Groupe Conseil Bronson Consulting Group
    10.	MNP LLP
    11.	MRF Geosystems Corporation
    12.	Newfound Recruiting Corporation
    13.	Nortak Software Ltd.
    14.	Sylogix Consulting Inc.
    15.	Systemscope Inc.
    1.  	MANDATE
    Industry Canada's mission is to foster a growing, competitive, knowledge-based Canadian economy.
    Industry Canada (IC) works with Canadians in all areas of the economy and in all parts of the country to improve conditions for investment, enhance Canada's innovation performance, increase Canada's share of global trade and build a fair, efficient and competitive marketplace.
    This includes managing Canada's airwaves and overseeing its bankruptcy, incorporation, intellectual property and measurement systems; providing financing and industry research tools to help businesses develop, import and export; encouraging scientific research; and protecting and promoting the interests of Canadian consumers.
    2.  	ORGANIZATION
    The Chief Information Office (CIO) is mandated to maximize Industry Canada's business performance through modern and progressive management of information management (IM) and information technology (IT) services, policies, and resources. The CIO Branch is specifically responsible for:
    •	Establishing IM/IT strategies and policies that support the overall mandate of the Department and are consistent with established funding envelopes;
    •	Aligning IM/IT resources with departmental priorities and IM/IT plans through a practical governance structure;
    •	Providing high-quality, affordable IM/IT services to departmental business partners;
    •	Providing high-quality and responsive support to departmental IM/IT users; and
    •	Establishing department-wide technology standards and architecture to maximize opportunities for horizontal investments in IM/IT across the department.
    
    The Business Services Branch (BSB) is responsible for the development of solutions and applications, enterprise solutions, IT modernization as well as the maintenance of existing systems to support Industry Canada enterprise and business units.
    Services are delivered through four organizational directorates
    •	Business Solutions 
    •	Enterprise Solutions 
    •	IT Modernization 
    •	SITT & CIPO Development and Support
    The SITT & CIPO Development and Support Directorate is responsible for the following:
    •	Support of existing systems
    •	CIPO specific middleware
    •	CIPO mainframe database and data administration
    
    This requirement will fall under the support of existing systems which includes the following:
    •	Responsible for the maintenances and upkeep of business unit specific existing applications;
    •	Works closely with the business units to understand their needs and technical requirements;
    •	Manages dispensation of sun-setting application and/or technologies; and
    •	Works closely with the development teams building replacement systems in order to ensure proper migration of data, effective integration and compatibility with the existing system during the release and roll-out.
    3.  	PROJECT REQUIREMENTS/OBJECTIVES
    The Hague Treaty allows for the new centralized filing of an industrial design with the World Intellectual Property Organization (WIPO) and the designation of the member countries for which protection is sought.  The CIPO IT Implementation of the Hague Treaty requires changes to the industrial design system to enable the electronic exchange of international industrial designs applications/registrations with WIPO and for internal processing.  
    
    Project tasks are centered around the analysis design, development, implementation and support of Java architecture based on specifications and requirements according to IC’s standards and guidelines and legislative requirements.  
    
    
    4.  	SCOPE OF WORK / KEY ACTIVITIES
    Industry Canada has a requirement for one (1) bilingual Programmer Analyst level 3 (JAVA Developer) to design, develop and deploy new Internet web based applications and provide support and ongoing development of existing and new applications and to work collaboratively with various project team members.
    4.1	TASKS AND ACTIVITIES
    The Senior Programmer Analyst/Java Developer will be required to perform the following:
    •	Assist project team management with project planning tasks;
    •	Conduct working group sessions/interviews/meetings with stakeholders to gather requirements;
    •	Collaborate with all members of the team to develop dynamic and flexible JAVA programs to meet the client needs;
    •	Prepare preliminary and detailed analysis of requirements including but not limited to Graphic User Interface, Conceptual and Design analysis;
    •	Prepare estimates;
    •	Create new, maintain and update existing JAVA program code as required;
    •	Implement code in new Client/server and Web Service applications in a Windows/AIX environment;
    •	Review JAVA program codes and correct related errors;
    •	Develop test plans, test scripts, unit tests and perform unit testing;
    •	Conduct defect analysis and perform necessary fixes and enhancements;
    •	Produce forms, manuals, programs, data files, documentation and procedures for systems and/or applications;
    •	Provide technical and functional guidance when requested and required;
    •	Present demo’s to stakeholders when necessary;
    •	Work in compliance with the programming and documentation standards and best practices as established by Industry Canada; and
    •	Complete and submit, for weekly approval, time sheets by project using the internal Project Tracking System.
    4.2	DELIVERABLES
    Deliverables may include:
    •	Working group sessions/interviews/meetings with stakeholders to gather requirements;
    •	Preliminary and detailed analysis of requirements including but not limited to Graphic User Interface, Conceptual and Design analysis;
    •	Project Plans;
    •	Estimates;
    •	JAVA program code;
    •	Test plans, test scripts, unit tests;
    •	Defect analysis;
    •	Fixes and enhancements;
    •	Forms, manuals, programs, data files, documentation and procedures for systems and/or applications;
    •	Technical and functional guidance; and
    •	Stakeholder demos.
    5.0	MANAGEMENT OF PROJECT
    This project will be managed by the SITT & CIPO Development and Support Directorate of the Business Services Branch. The name of the Project Authority will be provided upon contract award.
    6.0	WORK LOCATION
    The contractor will carry out the work on Industry Canada premises located at 235 Queen Street, Ottawa, Ontario.
    Security Requirement: 	PWGSC FILE # Common PS SRCL #2 applies                                                                         Minimum Corporate Security Required:	 FSC - Reliability                                                                                                                   Minimum Resource Security Required: 	Reliability

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • 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
    Industry Canada
    Contracting authority
    Cleroux, Stephanie
    Phone
    343-291-1358
    Address
    235 Queen street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    4
    French
    0
    000
    English
    51
    000
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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.

     

    Date modified: