TBIPS - Applications Services & Business Services

Solicitation number 1000193194

Publication date

Closing date and time 2017/08/21 14:00 EDT

Last amendment date


    Description

    This procurement is set aside for Aboriginal Business under the federal government’s Set-Aside Program for Aboriginal Business (PSAB). In order to be considered, firms must certify that they qualify as an Aboriginal business as defined in the PSAB and that they will comply with all requirements of PSAB. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so.

    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 under the EN578-170432 series of SAs for the following categories:

    • One (1) Level 3 Application/Software Architect under Stream 1 (A) (Applications Services)
    • One (1) Level 3 Business Analyst under Stream 4 (B) (Business Services)

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

    • ACOSYS Consulting Services Inc./ Services Conseils ACOSYS Inc., Pricewaterhousecoopers LLP, in Joint-Venture
    • Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in Joint Venture
    • ADRM Technology Consulting Group Corp.
    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc.
    • Brascoupe Professional Services Inc. and Altis Human Resources (Ottawa) Inc., in Joint Venture
    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    • Donna Cona Inc.
    • Donna Cona Inc., IBM Canada Limited, in Joint Venture
    • Loroc Consulting Inc., Isheva Inc. in Joint Venture
    • MAKWA Resourcing Inc.
    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in Joint Venture
    • NATTIQ Inc.
    • NATTIQ Inc., ADGA Group Consultants Inc., in Joint Venture
    • Naut’sa mawt Resources Group Inc.
    • Nisha Technologies Inc.
    • Nisha Technologies Inc., Contract Community Inc., in Joint Venture
    • Symbiotic Group Inc.
    • Transpolar Technology Corporation and The Halifax Computer Consulting Group, In Joint Venture
    • Turtle Technologies Inc.
    • Turtle Technologies Inc. and SOMOS Consulting Group Ltd., in Joint Venture

    Description of Work:

    • Bidders must submit a bid for the designated resource categories
    • The work is currently being performed by a contracted resource

    In the provision of services to the Department of Indian Affairs and Northern Development (DIAND), the Contractor must provide technical professional services related to the support and maintenance of Single Access for Dispute Resolution Enterprise System (SADRE).

    A) Application/Software Architects - Level 3 (Category A.1) must perform, but are not limited to, the following:

    • develop technical architectures, frameworks and strategies, either for an organization or for a major application area, to meet the business and application requirements;
    • identify the policies and requirements that drive out a particular solution;
    • analyze and evaluate alternative technology solutions to meet business
    • monitor industry trends to ensure that solutions fit with government and industry directions for technology;
    • analyze functional requirements to identify information, procedures and decision flows;
    • evaluate existing procedures and methods, identifying and documenting database content, structure, and application sub-systems, and developing a data dictionary;
    • define and document interfaces of manual to automated operations within application sub-systems, to external systems and between new and existing systems;
    • define input/output sources, including detailed plan for technical design phase, and obtaining approval of the system proposal;
    • identify and document system specific standards relating to programming, documentation and testing, covering program libraries, data dictionaries, and naming conventions;
    • use DIAND’s current standard application development framework and tools, which include Windows Server 2012 or higher, MS Visual Studio (VB.NET), CSLA.Net, MS Team Foundation Server, MS Web Services Enhancements (WSE), Crystal Enterprise, MS-SQL Server (version 2008 and 2012), Summation and PL/SQL and use a SDLC methodology on projects/tasks where applicable; and,
    • provide expert advice on technical architectures, frameworks and strategies.

    B) Business Analyst – Level 3 (category B.1) must perform, but are not limited to, the following:

    • develop and document statements of requirements;
    • perform business analysis to identify information, procedure, and decision flows;
    • evaluate existing procedures and methods, identifying and documenting database content, structure, and application subsystems;
    • develop a data dictionary;
    • define and document interfaces of business processes within business domains;
    • identify candidate business processes for re-design, documenting modifications, providing trade-off information and suggesting a recommended course of action;
    • establish acceptance test criteria;
    • use DIAND’s standard iterative development processes;
    • eliciting requirements from stakeholders;
    • requirements planning to identify stakeholders, define stakeholder roles and responsibilities, communication with stakeholders and how requirements will be elicited, analyzed, documented, trace and prioritized;
    • develop and/or supervise change control processes for managing requirements; and
    • establish or develop business models on current or existing business practices using Business Process Model Notation (BPMN);
    • any other tasks related to the type of work normally performed under this category.

    Security Requirement: Common PS SRCL #6 applies
    Minimum Corporate Security Required: Reliability Status
    Minimum Resource Security Required: Reliability Status

    Contract Authority
    Name: Shuo Chen
    Title: Senior Procurement Officer
    Phone Number: 819-997-0407
    Email Addressshuo.chen@aadnc-aandc.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

    • Set-Aside Program for Aboriginal Business (SPAB)
    • Canadian Free Trade Agreement (CFTA)

    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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Chen, Shuo
    Phone
    819-997-0407
    Email
    shuo.chen@aandc-aadnc.gc.ca
    Fax
    819-953-7721
    Address
    10 Rue Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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: