Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Web Services for Migration to Canada.ca, Ottawa, ON

Solicitation number FP802-160099

Publication date

Closing date and time 2016/08/16 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D399 OTHER ADP TELECOMMINICATIONS SERVICES

    Reference Number:

    N/A

    Solicitation Number:

    FP802-160099

    Organization Name:

    Department of Fisheries Canada - Web Services for Migration to Canada.ca

    Solicitation Date:

    2016-07-29

    Closing Date:

    2016-08-16 2:00 PM Eastern Daylight Time EDT

    Anticipated Start Date:

    2016-09-12

    Estimated Delivery Date:

    TBD

    Estimate Level of Effort:

    2,400 days for all resources

    Contract Duration:

    The contract period will be for 7 months from the date of contract with an irrevocable option to extend it for up to two additional one-year periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT…

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    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 categories:

    Four (4) Level 1 Web Developers

    The following SA Holders have been invited to submit a proposal:

    1. Excel Human Resources Inc.
    2. CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE
    3. Cistel Technology Inc.
    4. MaxSys Staffing & Consulting Inc.
    5. Systemscope Inc.
    6. Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
    7. TELUS Communications Inc.
    8. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
    9. TRM Technologies Inc.
    10. TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE
    11. CAE Inc.
    12. Computer Sciences Canada Inc./Les sciences de l’informatique Canada Inc.Iserve
    13. Iserve Technology Consulting Ltd.
    14. MDOS Consulting Inc., INVA Corporation, KOZA Technology Consulting Inc., in Joint Venture
    15. Nortak Software Ltd.

    Description of Work:

    The Department of Fisheries and Ocean’s Canadian Hydrographic Service Directorate requires the services of web developers to assist in the migration and on boarding work for Canada.ca and to support the development and maintenance of the Department’s Ecosystem Oceans / Science Inter – Intranet thru its transition into Canada.ca.

    The proposed resources will assist in the creation of a web-based application that creates and edits surveys as well as generates reports in a clean, efficient and user-friendly way. They will organize and maintain content within EOSS maintained websites in preparation for the future migration of all content to the new Web Experience Toolkit (WET) 4 and Canada.ca. Duties will include but are not limited to the following:

    • Assist in the migration of the EOSS maintained websites from WET 3 to WET 4 and Canada.ca.

    • Complete daily request tickets from clients to modify content of current websites.

    • Work with client internal / external groups to ensure content sites are designed and deployed on time.

    • Require the ability to work independently on assigned tasks while being adaptable to changing priorities.

    • Capture and analyze client requirements effected from our current website,

    • Assist in the re-development of the following Integrated Science Data Management website, Canadian Hydrographic Service website, as well as others within DFO Science.

    • The candidate will adapt existing web pages, develop SQL queries, and design ASP web applications working against the Oracle database.

    • Assist with the redesign and development of the sites as required to meet the Treasury Board Templates for Canada.ca.

      On an “as and when requested” basis, the Contractor must perform the tasks and produce the deliverables specified in each applicable TA.

    • Bidders must submit a bid for all resource categories

    • The work is currently not being performed by a contracted resource

    Security Requirement: Common PS SRCL #6 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Beverly Shawana

    Phone Number: 613-949-1490

    Email Address: Beverly.shawana@dfo-mpo.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year.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)
    • 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Mme Beverly Shawana
    Phone
    613-949-1490
    Fax
    613-991-4545
    Address
    Fisheries and Oceans Canada
    200 Kent St, station 9W081
    Ottawa, ON, K1A 0E6
    CANADA

    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 – Open Bidding
    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: