One (1) B.5 Business Process Re-Engineering (BPR) Consultant (Level 3) and One (1) B.6 Business System Analyst (Level 3)
Solicitation number F5211-180525
Publication date
Closing date and time 2018/12/05 13:00 EST
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
This requirement is for the Department of Fisheries and Oceans Canada.
This requirement is open only to those Supply Arrangement Holders who qualified under the Tier “ 1 ” (= $0-$2M ) stream for: One (1) B.5 Business Process Re-Engineering (BPR) Consultant (Level 3) and One (1) B.6 Business System Analyst (Level 3).
The following SA Holders have been invited to submit a proposal.
1. Adhartas Consulting Inc.
2. Adirondack Information Management Inc., Amita Corporation, Artempt Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE
3. CloseReach Ltd.
4. Cogniva Information Solutions Inc.
5. CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions inc., Innovision Consulting Inc., IN JOINT VENTURE
6. Donna Cona Inc.
7. Donna Cona Inc., IBM Canada Limited, IN JOINT VENTURE
8. Emerion
9. IBISKA Telecom Inc.
10. Itergy International Inc.
11. Makwa Resourcing Inc., TPG Technology Consulting Ltd., in JOINT VENTURE
12. Mindstream Training Center and Professional Services Bureau, Inc.
13. Teambuilder Consulting Inc.
14. Trillys Systems Inc.
15. Tundra Technical Solutions Inc.
Description of the requirement:
The Department of Fisheries and Oceans Canada has a requirement for One (1) B.5 Business Process Re-Engineering (BPR) Consultant (Level 3) and One (1) B.6 Business System Analyst (Level 3).
Security Requirement:
Supplier Security: Secret
Proposed period of contract:
The proposed period of contract shall be from the date of contract award to March 31, 2019 with two (2) additional one (1) year options.
File Number: F5211-180525
Contracting Authority: Hannah State
E-Mail: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
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)
-
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
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- State, Hannah
- Phone
- 506-429-2622
- Email
- DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
- Address
-
301 Bishop DriveFredericton, NB, E3C 2M6CA
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.