IM/IT Application Transformation Projects
Solicitation number 100203158
Publication date
Closing date and time 2018/10/01 14:00 EDT
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number: 1000203158
Solicitation Number: 1000203158
Organization Name: Department of Indian Affairs and Northern Development
Solicitation Date: 2018-09-07
Revised Closing Date: 2018-10-01 02:00 PM Eastern Daylight Saving Time EDT
Anticipated Start Date: 2018-10-15
Estimated Delivery Date: Throughout contract period
Estimate Level of Effort: 120 days per resource
Contract Duration:
The contract period will be for one (1) year from the contract award date with an irrevocable option to extend it for up to two additional one-year periods
Solicitation Method: Competitive
Applicable Trade Agreements: WTO-AGP, NAFTA, CCFTA, CFTA, CPFTA, CColFTA and CPanFTA.
Comprehensive Land Claim Agreement Applies: No
Number of Contracts: 1
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only the following lists of selected Aboriginals suppliers currently holding a TBIPS SA for Tier 1 in the National Capital Region (NCR) under the EN578-170432 series for the following category:
- One (1) -A.1. Application/Software Architect –Level 3
- One (1) -B.6. Business System Analyst –Level 3
- One (1) -I.10. Technical Architect –Level 3
- One (1) -P.5. Project Executive –Level 3
The following SA Holders have been invited to submit a proposal:
- 01 Millennium Consulting Inc.
- ADGA Group Consultants Inc.
- Alcea Technologies Inc.
- AMITA Corporation
- BBG Management Corporation
- Calian Ltd.
- CSI Consulting Inc.
- Eagle Professional Resources Inc.
- Emerion
- Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
- IT/Net - Ottawa Inc.
- Mindwire Systems Ltd.
- Modis Canada Inc
- NATTIQ INC.
- Nortak Software Ltd.
- Pricewaterhouse Coopers LLP
- Randstad Interim Inc.
- SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
- The VCAN Group Inc.
- Tiree Consulting Inc.
Description of Work:
- DIAND has the primary (but not exclusive) responsibility for meeting the federal government’s constitutional, treaty, political, and legal responsibilities to Aboriginal peoples and Northerners. Under this mandate, DIAND manages and maintains the planning, design, implementation, and assessment of policies and the delivery of a variety of programs and services to Aboriginal and Northern peoples and communities.
- As part of the Information Management Branch (IMB) within the Department, Application Development and Database and Data Administration (ADDDA) is engaging the project of transition and integration of the First Nations and Inuit Health Branch (FNIHB), and other special projects. In order to successfully manage and lead these projects while ensuring cost effectiveness, consistency with GOC policies and guideline and the use of industry best practices, ADDDA is seeking multiple professional service resources under TIER 1.
- The Order in Council announced effective November 30, 2017, the transfers of FNIHB from Health Canada to the newly created Indigenous Services Canada. ADDDA Directorate requires multiple experienced resources to manage, lead, and guide the transfer, transition and integration of this complex FNIHB business application systems development and maintenance support into the new department in addition to any associated IM/IT transformation projects.
As a result, DIAND requires 4 specialized resource categories at level 3.
- 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: Jean-Damascene Gasake
Phone Number: 819-934-6301
Email Address: jeandamascene.gasake@canada.ca
Inquiries
Inquiries regarding this RFP requirement must be submitted to Jean-Damascene Gasake : jeandamascene.gasake@canada.ca. 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)
-
Agreement on Internal Trade (AIT)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Aboriginal Affairs & Northern Development Canada
- Contracting authority
- Larose, V
- Phone
- 819-934-2031
- Email
- veronique.larose@aandc-aadnc.gc.ca
- Address
-
10 WellingtonGatineau, QC, K1A 0H4CA
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.