TBIPS requirement for three (3) P.9 Project Managers - Level 3 (Senior)

Solicitation number 87055-17-0078/A

Publication date

Closing date and time 2017/08/01 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    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(ies):

    Three (3) P.9 Project Manager – Level 3 (Senior)

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

    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture

    ALTRUISTIC INFORMATICS CONSULTING INC.

    Cistel Technology Inc.

    Eclipsys Solutions Inc

    ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.

    Evolving Web Inc.

    Excel Human Resources Inc.

    Flex Tech Services Inc.

    Leverage Technology Resources Inc.

    Lumina IT inc.

    MaxSys Staffing & Consulting Inc.

    Mindwire Systems Ltd.

    NATTIQ INC.

    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE

    Procom Consultants Group Ltd.

    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.

    The Halifax Group Inc.

    Description of Work:

    The Canadian Nuclear safety Commission (CNSC) requires the professional services of up to three (3) experienced Level 3 Senior IT Project Managers (PM) with strong technical and communication skills. The PMs will be responsible for managing and coordinating a wide range of IT projects including client-facing systems development initiatives as well as infrastructure technical upgrades; and must have a sound knowledge of project management theories and practices, as well as System Development Life Cycle (SDLC) principles, methodologies, and practices.

    It is intended to result in the award of up to three (3) contracts for a period of approximately 11 months (220 work days), plus two (2) irrevocable options of approximately 6 months (120 work days) each, allowing Canada to extend the terms of the contracts.

    Bidders must submit a bid for all resource categories.

    The work is currently not being performed by a contracted resource. The work was performed in the last 12 months by Veritaaq (Contract # 87055-15-0079-1, $424,880.68, July 22, 2015 to August 29, 2017) and S.i. Systems (Contract # 870155-15-0079-2, $419,568.99, August 24, 2015 to July 24, 2017).

    Only selected TBIPS SA Holders currently holding a TBIPS SA for Tier 1 in the National Capital Region (NCR) under the EN578-170432/XXX/EI series of SAs are invited to compete. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so. However, should an uninvited SA Holder wish to be invited, it may contact the Contracting Authority in writing to request an invitation at any time prior to five days before the published bid closing date, and an invitation will be made to that SA Holder. In no circumstance will such an invitation require Canada to extend a bid closing date. Where additional invitations are made during the bid solicitation process, it may be that they are not reflected in a solicitation amendment.

    Security Requirement: Common PS SRCL #19 applies

    Minimum Corporate Security Required: Facility Security Clearance

    Minimum Resource Security Required: SECRET

    Contract Authority

    Name: Robert Kardum

    Phone Number: 613-996-6724

    Email Address: robert.kardum@canada.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: TaskBased 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
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    Canada
    Contracting authority
    Kardum, Robert
    Phone
    613-996-6724
    Email
    robert.kardum@canada.ca
    Address
    410 Laurier Ave W
    Ottawa, ON, K1P 5S9
    CA

    Buying organization(s)

    Organization
    Canadian Nuclear Safety Commission
    Address
    280 Slater Street
    Ottawa, Ontario, K1P5S9
    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
    Canada
    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: