Professional Services - TBIPS SA - B.11 Instructor, Information Technology (Level 3)

Solicitation number 5X001-19-0397

Publication date

Closing date and time 2019/07/12 15:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number:

    5X001-19-0397 – Amd 001

    Solicitation Number:

    5X001-19-0397

    Organization Name:

    Courts Administration Service

    Solicitation Date:

    2019-06-17

    Closing Date:

    2019-07-10 02:00 PM Eastern Standard Time EST

    Anticipated Start Date:

    2019-07-22

    Estimated Delivery Date:

    2019-11-30

    Estimate Level of Effort: 

     100 days per resource

    Contract Duration:

    The contract period will be for five (5) months from the date of contract with an irrevocable option to extend it for up to one additional six-month period.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, CFTA

    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(ies):

    Two (2) Level 3 Instructor, Information Technology

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

    1. 2iSolutions Inc.

    2. 4Plan Consulting Corp.

    3. Net Solutions Inc.

    4. Access Corporate Technologies Inc.

    5. CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE

    6. Donna Cona Inc.

    7. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    8. Excel Human Resources Inc.

    9. Groupe Intersol Group Ltee.

    10. LIKE 10 INC., SoftMosis Inc. IN JOINT VENTURE

    11. Logic 2000 Incorporated

    12. Orangutech Inc.

    13. Protak Consulting Group Inc.

    14. THE SOURCE STAFFING SOLUTIONS INC.

    15. WorkDynamics Technologies Inc.

     

    Description of Work:

    Courts Administrative Services (CAS) is currently on the Windows 7 and MS Office 2010 platform. This platform will be replaced by Windows 10 and Office 2016. This migration will ensure that CAS is compliant with the Government of Canada’s (GC) Common Desktop Operating Environment (CDOE). This project is known as the Windows 10 and Office 2016 Upgrade Project.

    The Windows 10 and Office 2016 Upgrade Project was approved to start in February 2019 and will be completed during the third quarter of fiscal year 2019-20. The deployment is expected to impact approximately 900 staff and 1,500 workstations.

    The purpose of this Statement of Work (SOW) is to obtain the services of resources to act as coach/trainer within the project. These resources will report to the Project Director.

    • Bidders must submit a bid for all resource categories

    • The work is currently not 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: Aldée Lépine

    Phone Number: 613-799-4885

    Email Address: aldee.lepine@cas-satj.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)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Courts Administration Service
    Address
    90 Sparks Street
    Ottawa, Ontario, K1A 0H9
    Canada
    Contracting authority
    Lepine, Aldee
    Phone
    613-799-4885
    Email
    aldee.lepine@cas-satj.gc.ca
    Address
    90 Sparks St
    Ottawa, ON, K1A 0H9
    CA

    Buying organization(s)

    Organization
    Courts Administration Service
    Address
    90 Sparks Street
    Ottawa, Ontario, K1A 0H9
    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: