TBIPS-SA requirement for One (1) Level 3 A.8 Systems Analyst for e-Access Upgrade Project

Solicitation number 87055-17-0278/A

Publication date

Closing date and time 2017/12/19 14:00 EST


    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):

    One (1) A.8 Systems Analyst

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

    A.S.G. Inc.

    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE

    Alika Internet Technologies Inc.

    ALTRUISTIC INFORMATICS CONSULTING INC.

    BMB Data Consulting Services Inc.

    Emerion

    Excel Human Resources Inc.

    Harrington Marketing Limited

    Pleiad Canada Inc.

    PRECISIONERP INCORPORATED

    Procom Consultants Group Ltd.

    RS Tec Systems Inc

    Solana Networks INC.

    SRA Staffing Solutions Ltd.

    The AIM Group Inc.

    Description of Work:

    The Information Management and Technology Directorate (IMTD) of the Canadian Nuclear Safety Commission (CNSC) is looking for an experienced Senior Systems Analyst. This senior specialist will work with CNSC employees to upgrade the existing document management system (e-Access/RDIMS) to a newer version (OpenText eDOCS 16.x).

    It is intended to result in the award of one (1) contract for a period of approximately 6 months ( 100 work days), plus two (2) irrevocable options of approximately 3 months (60 work days) each, allowing Canada to extend the term of the contract.

    Bidders must submit a bid for all resource categories.

    The work is currently not being performed by a contracted resource in the past 12 months.

    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)
    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

    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.