(SBIPS) 7. Legacy Support and Transition / 9. Network Services - Interactive Voice Response Migration Project
Solicitation number F5211-160573A
Publication date
Closing date and time 2017/05/02 13:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
SOLUTIONS BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS)
GSIN: D302A INFORMATICS PROFESSIONAL SERVICES
Reference Number:
F5211-160573A
Solicitation Number:
PW-17-00773176
Organization Name:
Fisheries and Oceans Canada
Solicitation Date:
2017-03-16
Closing Date:
2017-05-02 02:00 PM Atlantic Daylight Savings Time ADT
Anticipated Start Date:
2017-05-15
Estimated Delivery Date:
2017-07-17
Estimate Level of Effort:
210 days
Contract Duration:
The contract period will be for four (4) months from the date of contract.
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 SBIPS Supply Arrangement Holders who qualified under Tier 1: Region: Remote/Virtual Access
ALL qualified Tier 1 SBIPS SA Holders for Stream 7. Legacy Support and Transition:
- 6362222 CANADA INC., doing business as the Createch Group Accenture Inc.
- CGI Information Systems and Management Consultants Inc.
- CM Inc.
- Compusult Limited
- Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.
- CORE Software Corp
- Dapasoft Inc
- Dell Canada Inc
- Deloitte Inc.
- DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
- Ernst & Young LLP
- ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
- Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
- Groupe CMI inc.
- IBM Canada Ltd.
- iFathom Corporation
- IT/Net - Ottawa Inc.
- LNW Consulting Inc
- MERAK Systems Corporation
- Metex Inc.
- Mindwire Systems Ltd.
- Modis Canada Inc
- Nortak Software Ltd.
- Pricewaterhouse Coopers LLP
- Sierra Systems Group Inc.
- Systemscope Inc., LNW Consulting Inc., Perfortics Consulting Inc., VK Computer Systems Inc., Lansdowne Technology Services Inc., IN JOINT VENTURE
- Tata Consultancy Services Canada Inc.
- TeraMach Technologies Inc.
- The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
- TPG Technology Consulting Ltd.
- TPG Technology Consulting Ltd.,Amita Corporation,RANDSTAD INTERIM INC.,The Devon Group Ltd,Nortak Software Ltd.,TRM Technologies Inc,Wilcom Systems Ltd JOINT Venture
- Unisys Canada Inc.
and the following from Stream 9: Network Services have been invited to bid on this requirement:
- IPSS Inc.
- Scalar Decisions Inc.
Description of Work:
Fisheries and Oceans Canada requires professional services to provide full end-to-end design, testing and implementation of an upgrade to the fully functional, bilingual IVR system which will function on DFO IVR telephony hardware and which currently provides voice prompts to the callers and receives information which is inserted into one or more databases. The contractor will be responsible for the implementation of the upgrade and functionality of the system as it operates currently in the different regions of the country.
The work is currently not being performed by a contracted resource
Security Requirement:
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Reliability
Contract Authority
Name: Cathi Harris
Phone Number: 506-452-3639
Email Address: DFOtenders-soumissionsMPO@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: Solutions‐Based Informatics Professional Services (SBIPS) 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
-
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)
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Cathi Harris
- Phone
- 506-452-3639
- Email
- DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
- Address
-
301 Bishop Drive / 301, allée BishopFredericton, NB, E3C 2M6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.