SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Stream 3 (I) IM/IT Services: I.5 IM Architect Level 3

Solicitation number 1000328027

Publication date

Closing date and time 2016/04/27 11:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT

    Stream 3 (I) IM/IT Services: I.5 IM Architect Level 3

    Supply Arrangement (SA) for Task-Based Informatics Professional Services (TBIPS) EN578-055605

    This requirement is for: Canada Border Service Agency (CBSA)

    File Number: 1000328755

    Contracting Authority: Nathalie Dagenais

    Email: CBSA-ASFC_Solicitations-Demandes_de_soumissions@cbsa-asfc.gc.ca

    Bid solicitation # 1000328027 issued under the framework of the TBIPS SA for the provision of the following professional services: for 1 x IM Architect Level 3. All terms and conditions of the TBIPS SA EN578-055605 apply and must be incorporated into any resulting contract.

    Eligible Bidders under this Bid Solicitation

    The requirement described herein is open only to Task-Based Informatics Professional Services SA Holders for the following SA Consultant Categories:

    Stream 3 (I) IM/IT Services / 1 x I.5 IM Architect Level 3

    Bidder list

    1. Net Solutions Inc.

    2. Alika Internet Technologies Inc.

    3. ALTRUISTIC INFORMATICS CONSULTING INC.

    4. Belham PDS Inc.

    5. CGI Information Systems and Management Consultants Inc.

    6. Emerion

    7. Manpower Services Canada Ltd.

    8. Nisha Technologies Inc.

    9. Olav Consulting Corp

    10. Portage Personnel Inc.

    11. Proex Inc.

    12. Professional Computer Consultants Group

    13. The AIM Group Inc.

    14. The Halifax Group Inc.

    15. Veritaaq Technology House Inc.

    1. Requirement Summary:

    The Agency Canada Border Services Agency (CBSA ) has a requirement for an architect IM Level 3 of the contract period . The resource will help support the work of the initiative as a business model (EDM) and data governance for Master Data Management (MDM) .

    2. Period of the Contract

    The period of the Contract is for Three (3) years from the date of Contract award with two (2) irrevocable twelve (12) months option periods to extend the contract under the same terms and conditions.

    2.1 Contract extension options

    The Contractor grants to Canada the irrevocable option to extend the contract for two (2) additional periods of twelve (12) months, under the same conditions.

    The Contractor agrees that, during the extended period of the contract, it will be paid in accordance with applicable provisions of the Basis of Payment.

    Canada may exercise this option at any time by sending a written notice to the Contractor before the Contract expires. This option may only be exercised by the Contracting Authority and will be evidenced for administrative purposes only, through a contract amendment.

    3. Trade Agreements

    The solicitation is subject to the North American Free Trade Agreement (NAFTA), the World Trade Organization - Agreement on Government Procurement (WTO-AGP), the Agreement on Internal Trade (AIT), the Canada-Chile Free Trade Agreement (CCFTA), the Canadian-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CCoFTA) and ), and the Canada-Panama Free Trade Agreement (CPanFTA).

    4. Security Requirement

    At the date of bid closing, the following conditions must be met:

    1. the Bidder must hold a valid Facility Security Clearance at the level of SECRET as indicated in Part 7 - Resulting Contract Clauses of the RFP;
    2. the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7 - Resulting Contract Clauses of the RFP;
    3. the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites

    4.1 CBSA Additional Security Requirement:

    The CBSA, will conduct its own personnel Reliability Status assessment on a Bidder (specifically the Bidder personnel), which is allowed under the Treasury Board Secretariat of Canada's (TBS) "Security and Contracting Management Standard" and the Policy on Government Security – Personnel Security Standard. Reliability Status assessment conducted by the CBSA will include a credit check.

    If a Bidder (specifically the Bidder personnel) being recommended for an award, has already been screened under the TBS Policy on Government Security - Personnel Security Standard, the Bidder (specifically the Bidder personnel), will still undergo a security screening process to be conducted by the CBSA.

    The credit check will be performed by an authorized security official with the CBSA's "Personnel Security Screening Section" (PSSS), which is independent of the Public Works and Government Services Canada's (PWGSC), "Industrial Security Program (ISP)”.

    Until the credit check and all other security screening processes required by this Request for Proposal have been completed and the Bidder (specifically the Bidder personnel) is deemed suitable by the CBSA, no contract will be awarded and the recommended Bidder (specifically the Bidder personnel) will not be permitted access to Protected / Classified information or assets, and further, will not be permitted to enter sites where such information or assets are kept.

    In the event the Bidder is not deemed suitable following the security screening process required by the CBSA, the said Bidder's proposal will be deemed non-compliant and the next ranked bidder will be contacted. If only one bid was obtained and the proposed bidder does not meet the security requirement, then, the contracting officer will determine the next steps in order to ensure all requirements are met.

    5. Enquiries

    Address enquires to: CBSA-ASFC_Solicitations-Demandes_de_soumissions@cbsa-asfc.gc.ca

    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras 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
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    Canada
    Contracting authority
    Dagenais, Nathalie
    Address
    355 North River Rd
    Ottawa, ON, K1L 8C1
    CA

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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.

     

    Date modified: