Web Services for Migration to Canada.ca
Solicitation number F5211-190030
Publication date
Closing date and time 2019/03/12 13:00 EDT
Last amendment date
Description
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):
Three (3) Level 2 Web Developers
The following SA Holders have been invited to submit a proposal:
- Atlantic Geomatics Research Inc.
- Calian Ltd., DWP Solutions in Joint Venture
- Cogniva Information Solutions Inc.
- Excel Human resources Inc.
- Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
- IBISKA Telecom Inc.
- MNP LLP
- Nova Networks Inc.
- Paper Leaf Design Ltd.
- Paralucent Inc
- PrecisionIT Inc, IDS Systems Consultants Inc., PrecisionERP Incorporated, in Joint Venture
- T.E.S Contract Services Inc.
- Teksystems Canada Corp./Société Teksystems Canada
- The Barrington Consulting Group Inc.
- The Devon Group Ltd.
Description of Work:
The Department of Fisheries and Ocean’s (DFO) Canadian Hydrographic Service Directorate (CHS) requires the services of web developers to assist in the migration and on boarding work for Canada.ca and to support the development and maintenance of the Department’s Ecosystem Oceans and Sciences Sector’s (EOSS) Inter and Intranet through its transition into Canada.ca.
- Bidders must submit a bid for all resource categories
- The work is currently being performed by Excel HR under contract (value $685,440.00)
Security Requirement: SRCL Attached in RFP
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Enhanced Reliability
Contract Authority
Name: Jamey Guerrero
Phone Number: 506-461-8547
Email Address: DFOtenders-soumissionsMPO@dfo-mpo.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: 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)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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
- Guerrero, Jamey
- 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
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| f5211-190030_apm_fr.pdf | 000 | FR | 8 | 2019/02/26 |
| f5211-190030_npp_eng.pdf | 000 | EN | 56 | 2019/02/26 |