Level 3 – Operations Support Specialist

Solicitation number IC189837

Publication date

Closing date and time 2018/10/18 14:00 EDT


    Description

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A INFORMATICS PROFESSIONAL SERVICES

    Reference Number:

    IC189837

    Solicitation Number:

    IC189837

    Organization Name:

    Innovation, Science and Economic Development Canada

    Solicitation Date:

    2018-10-03

    Closing Date:

    2018-10-18 2:00 PM Eastern Daylight Time EDT

    Anticipated Start Date:

    2018-11-14

    Estimated Delivery Date:

    N/A

    Estimate Level of Effort: 

     240 days per resource

    Contract Duration:

    The initial contract period will be from date of contract award and ends November 15, 2019 with four (4) irrevocable options to extend it for one (1) year periods.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, CFTA, Canada-Chile, Canada-Colombia, Canada-Panama, Canada-Peru

    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 category:

    One (1) Level 3 – Operations Support Specialist.

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

    1. Accenture

    2. ADGA Group Consultants Inc.

    3. Adirondack/Valcom/FlexEdge in JV

    4. Calian Ltd.

    5. CGI Information Systems and Management Consultants Inc.

    6. Compugen Incorporated

    7. IBM Canada Inc.

    8. MAXIMUS Canada Services, Inc.

    9. Maxsys Staffing & Consulting Inc.

    10. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    11. RS Tech Systems Inc

    12. Spaghetti Logic Inc.

    13. TekSystems Canada Inc.

    14. TPG Technology Consulting Ltd.

    15. Veritaaq Technology House Inc.

    1. MANDATE

    Innovation, Science and Economic Development Canada (ISED), formerly Industry Canada, works with Canadians in all Innovation, Science and Economic Development Canada (ISED) formerly Industry Canada works with Canadians in all areas of the economy and in all parts of the country to improve conditions for investment, enhance Canada’s innovation performance, increase Canada’s share of global trade and build a fair, efficient and competitive marketplace.

    This includes managing Canada’s airwaves and overseeing its bankruptcy, incorporation, intellectual property and measurement systems; providing financing and industry research tools to help businesses develop, import and export; encouraging scientific research; and protecting and promoting the interests of Canadian consumers.

    2. ORGANIZATION

    The mandate of the Chief Information Office (CIO) branch of the Digital Transformation Services Sector, of Innovation, Science and Economic Development Canada (ISED) is to maximize ISED's business performance through modern and progressive management of information technology (IT) services, policies, and resources. The CIO Branch is specifically responsible for:

        • Establishing IM/IT strategies and policies that support the overall mandate of the Department and are consistent with established funding envelopes;

        • Aligning IM/IT resources with departmental priorities and IM/IT plans through a practical governance structure;

        • Providing high-quality, affordable IM/IT services to departmental business partners;

        • Providing high-quality and responsive support to departmental IM/IT users;

        • Establishing department-wide technology standards and architecture to maximize opportunities for horizontal investments in IM/IT across the department; and

        • Directing and supporting a program of IM activities to ensure the effective and efficient management of information within Innovation, Science and Economic Development Canada.

          The Application Support and Maintenance Division (ASMD) within CIO is responsible for the development of solutions and applications as well as the maintenance of existing systems to support ISED business units. Services are delivered through the following organizational directorates:

        • CIPO Application Development and Support Directorate (CIPOADSD)

        • Application Services Directorate (ASD)

        • Database Support and STS Development Directorate(DSSTSDD)

           

    1. PROJECT OVERVIEW

       

    The objective of the Patent Law Treaty (PLT) Project is to ratify the World Intellectual Property Organization (WIPO) Patent Law Treaty. Prior this ratification, CIPO has to amend the Canadian Patent Act and Rules to comply with some requirements of the Patent Law Treaty. In order for the CIPO to be able to administer the revised Patent Act and Rules, changes will have to be made to CIPO's IT systems.

    The PLT project is follows legislative work regarding the amendments to the Canadian Patent Act and Rules in view of the PLT ratification. The legislative work will use a phase sequential approach, as the steps are chronological. As the final versions of the Patent Act and then the Patent Rules amendments, which are driving some requirements, will be available later on in the project, the IT systems will use a modular approach. 

    The project has a requirement for a Senior Operations Support Specialist who will provide expertise in Information Management/Technology (IM/IT) mainframe environments.

    3. SCOPE OF WORK / KEY ACTIVITIES

    The Senior Operations Support Specialist will provide operational support and services to the project. Their duties will include but not be limited to the following tasks, services and deliverables:

    • Adhere to Industry Canada application deployment processes using the Release Management System as and when required (including outside of business hours/weekends);

    • Participate in the project analysis, development, integration, testing, configuration, tuning and implementation;

    • Prepare and execute z/OS mainframe jobs to perform DB2 database binds, CICS load library refreshes and application table modifications in all environments;

    • Data corrections (insert, update & delete) on patent, user and workstation information in the production environment;

    • Provide expertise on z/OS file allocation and dataset storage space;

    • Provide z/OS application deployment expertise and participate in the ongoing optimization of the deployment tools and processes;

    • Provide expertise relating to the set-up and configuration of QMF report process including the customization of SQL components (queries, forms, procedures, triggers and outputs) and the scheduling via Tivoli Workload Scheduler;

    • Provide expertise relating to the set-up and configuration of IBM Content Manger 8;

    • Maintain the JCL for scheduled jobs;

    • Provide expertise on Elixir print font, forms and overlays for the project development, test and production environment;

    • Plan, develop and implement technical frameworks and strategies for access and security to the CIPO mainframe, midrange and web applications to meet the project requirements;

    • Provide expertise relating to LDAP and RACF mainframe security (including policies, procedures, definitions, updates, user set-up, group definitions, maintenance of security profiles, and security activity reports);

    • Monitor client access security event logs, forecast demands and make recommendations on system improvements;

    • Prepare, participate and review the development of process documents including:

      • Project plans

      • Operation plans

      • Application integration plans

      • Release schedule,

      • Productivity improvements

      • Application log files

      • Guides

      • Ad-hoc documentation

    • Monitor, troubleshoot, report and resolve problems;

    • Provide audit request responses;

    • Participate in threat risk assessments;

    • Test and co-ordinate solutions implementation;

    • Collaborate with the Applications Architecture team; and

    • Provide statistics, performance and status reports to the project management team.

      4. WORK LOCATION

      The contractor will carry out the work on Industry Canada premises located at 235 Queen Street, Ottawa, Ontario.

      5. PERIOD OF CONTRACT

    Initial Contract Period: Contract award to November 15, 2019 and 4 option year periods

    • Bidders may submit a bid for one resource category.

    • The work is currently being performed by a contracted resource

    Security Requirement: Common PS SRCL #19 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Secret

    Contract Authority

    Name: Suzanne Gauthier

    Phone Number: 343-291-3077

    Email Address: suzanne.gauthier@canada.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)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Gauthier, Suzanne
    Phone
    343-291-3077
    Email
    suzanne.gauthier@canada.ca
    Address
    235 Queen Street
    Ottawa, ON, K1A 0H5
    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: