Oracle Functional Analyst ERP level 3

Solicitation number 21120-19-2898127

Publication date

Closing date and time 2018/09/25 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

    Anticipated Start Date: Contract Award

    Estimated End Date: One (1) years later

    Estimate Level of Effort: 220 days per resource

    Contract Duration: The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to two (2) additional one (1) year period.

    Solicitation Method: Competitive

    Applicable Trade Agreements: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Korea Trade Agreement (CKTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA).

    Comprehensive Land Claim Agreement Applies: No

    Number of Contracts: It is intended to result in the award of up to a maximum of two (2) contract(s), one (1) per each resource, or any combination thereof.

    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):

    Two (2) Level 3 A.2 ERP Functional Analyst;

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

    1. Alcea Technologies Inc.
    2. ALTRUISTIC INFORMATICS CONSULTING INC.
    3. Andrew Mazeikis, Andrew Lee
    4. Cache Computer Consulting Corp.
    5. CVL INFORMATION SOLUTIONS INC.
    6. IAN MARTIN LIMITED
    7. Ibiska Telecom Inc. and CM Inc., as a contractual Joint Venture
    8. Inround Innovations Incorporated, 3056058 Canada Inc., IN JOINT VENTURE
    9. MaxSys Staffing & Consulting Inc.
    10. N12 Consulting Corporation
    11. New Technologies Inc.
    12. Northern Micro Inc.
    13. nTech Conseil Inc. nTech Consulting Inc., EL-HOSS CONSULTING INC., in joint venture
    14. Pentelar Inc.
    15. Redwood Global Inc.Inc.

    Description of Work:

    Correctional Service Canada (CSC) operates an Oracle based Integrated Financial Materiel Management System (IFMMS). The Contractor's resources shall support the CSC Technical Authority by providing functional assistance with operational support for IFMMS in the National Capital Region (NCR). This support will include assisting CSC with its on-going operation, development and upgrades of the IFMMS Financial Services modules such as Accounts Payable (AP), General Ledger (GL), Sub-ledger Accounting (SLA), System access and controls as well as and related Interfaces with the Receiver General of Canada. The resource will also be used to provide Project Management support when required for Financial Policies, Practices and Systems (FPPS) initiatives such as an SMS upgrade, Resource Allocation Tool project as well as other projects which may be undertaken during the contract period.

    • Bidders must submit a bid for all resource categories
    • The work is currently being performed by:
      • Ian Martin Ltd. under contract (value $699,696.00)
      • N12 Consulting Corp. under contract (value $671,220.00)

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Steve Perron

    Phone Number: 613-992-6509

    Email Address: steve.perron@csc-scc.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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Perron, Steve
    Phone
    613-992-6509
    Email
    steve.perron@csc-scc.gc.ca
    Address
    340 Laurier Ave
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.