I.4 Database Modeller / IM Modeller Level 3

Solicitation number 20172057

Publication date

Closing date and time 2018/02/28 13:00 EST


    Description

    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:

    Stream 3: IM/IT ServiceS I.4 Database Modeller / IM Modeller  Level 3

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

    1. Accenture Inc.
    2. ALTRUISTIC INFORMATICS CONSULTING INC.
    3. Cistel Technology Inc.
    4. Coradix technology Consulting Ltd.
    5. Emerion
    6. IPSS INC.
    7. LIKE 10 INC.
    8. MDA Systems Ltd.
    9. Mindwire Systems Ltd.
    10. Nova Networks Inc.
    11. Quallium Corporation
    12. Sierra Systems Group Inc.
    13. SYLOGIX CONSULTING INC.
    14. The Halifax Group Inc.
    15. Veritaaq Technology House Inc.

    Description of Work:

    OSFI has a requirement for two Data Modellers with dimensional and relational database knowledge. With experience in the development of MSAS cube and Cognos ReportNet to work on the operation and decommissioning of OSFI’s Business Intelligence legacy applications as well as in development related to OSFI’s Regulatory Data Management.

    Security Requirement: Common PS SRCL #19 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required:   Secret Status

    Contract Authority

    Name: Isabelle Legault

    Phone Number: 613-990-6807

    Email Address: contracting@osfi-bsif.gc.ca

    Security Requirement for Canadian Supplier: PWGSC File #Common-PS SRCL#19

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Facility Security Clearance at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    2. The Contractor/Offeror personnel requiring access to PROTECTED/CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of RELIABLITY STATUS, CONFIDENTIAL or SECRET as required, granted or approved by CISD/PWGSC.
    3. The Contractor/Offeror MUST NOT remove any PROTECTED/CLASSIFIED information from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    5. The Contractor/Offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), attached at Annex C;
      2. Industrial Security Manual (Latest Edition)

        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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Atlantic Procurement Agreement
    • 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
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    Canada
    Contracting authority
    Legault, Isabelle
    Phone
    613-990-6807
    Email
    contracting@osfi-bsif.gc.ca
    Address
    255 Albert St.
    Ottawa, ON, K1A 0H2
    CA

    Buying organization(s)

    Organization
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited 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: