To assist in the maintenance, support and extended optimization of the Fisheries Certification System (FCS).

Solicitation number FP802-180018

Publication date

Closing date and time 2018/07/10 14:00 EDT


    Description

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    TITLE: Task-Based Informatics Professional Services Supply Arrangement: Requirement of One (1) Intermediate Project Manager, Application Architect, Programmer Analyst, Business Transformation Architect, and One (1) Junior Tester to assist in the maintenance, support and extended optimization of the Fisheries Certification System (FCS).

     Reference Number: FP858-170023

     Solicitation Number: FP802-180018

    Organization Name: Department of Fisheries and Oceans Canada

    Anticipated Start Date: Upon Contract Award

    Estimate Level of Effort: An average of two (2) days a week is planned to accomplish this work.

    Contract Duration:

    The initial contract period will be from the date of the contract award to March 31st, 2019.

    Application /Software Architect Level 2 – 120 days

    Programmer/ Analyst Level 2 – 180 days

    Tester Level 1 – 60 days

    Business Transformation Architect Level 2 – 85 days

    Project Manager Level 2 - 40 days

    Option 1 Period starting from April 1, 2019 to March 31, 2020.

    Application /Software Architect Level 2 – 120 days

    Programmer/ Analyst Level 2 – 180 days

    Tester Level 1 – 60 days

    Business Transformation Architect Level 2 – 85 days

    Project Manager Level 2 - 40 days

    Option 2 Period starting from April 1, 2020 to March 31, 2021.

    Application /Software Architect Level 2 – 120 days

    Programmer/ Analyst Level 2 – 180 days

    Tester Level 1 – 60 days

    Business Transformation Architect Level 2 – 85 days

    Project Manager Level 2 - 40 days

    Solicitation Method: Competitive

    Applicable Trade Agreements: 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 TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:

    One (1) Level 2 -Application /Software Architect

    One (1) Level 2 - Programmer/ Analyst

    One (1) Level 1 Tester

    One (1) Level 2 Business Transformation Architect

    One (1) Level 2 Project Manager

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

    Adirondack Information Management Inc.

    Calian Ltd.

    Confluence Consulting Inc.

    Donna Cona Inc.

    ENET4S Software Solutions Ltd

    Ian Martin Limited

    IBM Canada Limited

    Le Groupe Conseil Bronson Consulting Group

    NavPoint Consulting Group Inc.

    Prolity Corporation

    Protak Consulting Group Inc.

    Telus Communications Inc.

    The VCAN Group Inc.

    TRM Technologies Inc.

    Veritaaq Technology House Inc.

    Description of Work:

    There are two main parts to this contract:

    PART 1: Project Management and Application Support, and Application Optimization and Lifecycle Management services will be required starting at contract award and throughout the entire duration of the contract and ending March 31, 2019. Project Management and Application Optimization and Lifecycle Management Services may also be required during any Option Periods enacted and ending no later than March 31, 2021.

    PART 2: Knowledge Transfer activities may be required for the any of the Option Periods of the contract, as it is the intent of DFO to transfer responsibility for support of the FCS from contractors to in-house staff. Such services and activities may be required during Option 1 Period (from April 1, 2019 to March 31, 2020) and/or Option 2 Period (April 1, 2020 to March 31, 2021).

     NOTE:

    • Bidders must submit a bid for all resource categories

    Security Requirement: Common PS SRCL #06 Applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Beverly Shawana

    Phone Number:  613-407-3861

    Email Address: Beverly.Shawana@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: 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)

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Shawana, Beverly
    Phone
    613-407-3861
    Email
    beverly.shawana@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    23
    000
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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

    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: