Professional Services - TBIPS SA - B.1 Business Analysts(Level 3) & P.9 Project Manager(Level 3)

Solicitation number 5X001-19-0693

Publication date

Closing date and time 2019/08/30 14:00 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:

    5X001-19-0693-003

    Solicitation Number:

    5X001-19-0693

    Organization Name:

    Courts Administration Service

    Solicitation Date:

    2019-08-09

    Closing Date:

    2019-08-30 02:00 PM Eastern Standard Time EST

     

    Anticipated Start Date:

    2019-10-01

    Estimated Delivery Date:

    2020-09-30

    Estimate Level of Effort: 

    240 days per resource

    Contract Duration:

    The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to four (4) additional one (1) year periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    Up to 4

    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 Project Managers

    Two (2) Level 3 Business Analysts

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

    1. ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE

    2. ADRM Technology Consulting Group Corp.

    3. AZUR HUMAN RESOURCES LIMITED

    4. Cofomo Inc.

    5. Deloitte Inc.

    6. Donna Cona Inc.

    7. Emerion

    8. Etico, Inc.

    9. General Dynamics Land Systems – Canada Corporation

    10. MDOS CONSULTING INC.

    11. Modis Canada Inc

    12. Pricewaterhouse Coopers LLP

    13. Somos Consulting Group Ltd.

    14. The AIM Group Inc.

    15. Turtle Island Staffing Inc.

     

    Description of Work:

    To ensure the continued delivery of its mandate and core responsibility, CAS has an immediate requirement for a modern Courts and Registry Management System (CRMS), which is a complete and integrated system that enables the electronic management of court business and documents, and related services.

    CAS’s current legacy systems used to manage court business and documents are antiquated and cannot support the functionality the Courts and stakeholders require to work and interact in today’s digital environment. Resulting paper based processes and cumbersome workarounds are time consuming, inefficient and very costly for all parties. CAS alone processes, prints and ships over 30 million pages annually—10 million are stored in perpetuity and 20 million are destroyed when no longer required.

    • Bidders may submit a bid for one or all resource categories.

    • The work is currently not being performed by a contracted resource

    Security Requirement: Secret

    Minimum Corporate Security Required: FSC - Secret

    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)
    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

    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