TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) FOR Department of Indian Affairs and Northern Development (DIAND)

Solicitation number 1000203338

Publication date

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


    Description

    This procurement is set aside for Aboriginal Business under the federal government’s Set-Aside Program for Aboriginal Business (PSAB). In order to be considered, firms must certify that they qualify as an Aboriginal business as defined in the PSAB and that they will comply with all requirements of PSAB. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so.

    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 under the EN578-170432 series of SAs for the following categories:

    • One (1) Level 3 Application / Software Architect under Category A.1 (Applications Services)

    • One (1) Level 2 Application / Software Architect under Category A.1 (Applications Services)

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

    • Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc., in Joint Venture

    • ADRM Technology Consulting Group Corp.

    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc.

    • Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV

    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    • Donna Cona Inc.

    • Donna Cona Inc., IBM Canada Limited, in Joint Venture

    • IDFusion Software Inc.

    • MAKWA Resourcing Inc.

    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in Joint Venture

    • NATTIQ INC.

    • NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT VENTURE

    • Nisha Technologies Inc.

    • Symbiotic Group Inc.

    • Transpolar Technology Corporation and The Halifax Computer Consulting Group, In Joint Venture

     

    Description of Work:

    Bidders must submit a bid for the designated resource categories

    Application/Software Architect (Category A.1, Level 2) must perform the following tasks:

    • Developing technical architectures, frameworks and strategies, either for an organization or for a major application area, to meet the business and application requirements;

    • Identifying the policies and requirements that drive out a particular solution;

    • Analyzing and evaluating alternative technology solutions to meet business problems;

    • Ensuring the integration of all aspects of technology solutions;

    • Monitoring industry trends to ensure that solutions fit with government and industry directions for technology;

    • Analyzing functional requirements to identify information, procedures and decision flows;

    • Evaluating existing procedures and methods, identifying and documenting database content, structure, and application sub-systems, and developing a data dictionary;

    • Defining and documenting interfaces of manual to automated operations within application sub-systems, to external systems and between new and existing systems;

    • Defining input/output sources, including detailed plan for technical design phase, and obtaining approval of the system proposal;

    • Identifying and documenting system specific standards relating to programming, documentation and testing, covering program libraries, data dictionaries, and naming conventions;

    • Using DIAND’s current standard application development framework and tools, which include Windows Server 2008, Internet Information Server, MS Visual Studio (ASP.NET and VB.NET), MS .NET Framework, MS Team Foundation Sever(TFS), MS Web Services Enhancements (WSE), Crystal Reports and Crystal Enterprise, Oracle Databases and PL/SQL;

    • Using an RUP SDLC methodology; and

    • Any other tasks related to the type of work normally performed under this category, and;

    • Provide expert advice on technical architectures, frameworks and strategies.

    Application/Software Architect (Category A.1, Level 3) must perform the above tasks for Level 2 in addition to the following task:

    • Supervision of Level 2 Application/Software Architects and/or other Level 2 resources.

    Security Requirement: Common PS SRCL #6 applies

    Minimum Corporate Security Required: Designed Organization Screening (DOS)

    Minimum Resource Security Required: Reliability Status

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Chen, Shuo
    Phone
    819-997-0407
    Email
    shuo.chen@canada.ca
    Address
    10 Rue Wellington
    Gatineau, QC, K1A 0H4
    CA

    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.

    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective 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: