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: 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Shawana, Beverly
- Phone
- 613-407-3861
- Email
- beverly.shawana@dfo-mpo.gc.ca
- Address
-
200 Kent StreetOttawa, ON, K1A 0E6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
fp802-180018_tbips_npp_english.pdf | 000 |
English
|
23 | |
fp802-180018_apict_apm.pdf | 000 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.