TBIPS-SA: P.2 Enterprise Architect; B.3 Business Consultant; I.11 Technology Architect
Solicitation number R000048514
Publication date
Closing date and time 2019/09/20 15:00 EDT
Last amendment date
Description
Reference Number:
R000048514
Solicitation Number:
R000048514
Organization Name:
Shared Services Canada – Service Delivery and Management
Solicitation Date:
2019-08-29
Closing Date:
2019-09-20 02:00 PM Eastern Daylight Saving Time EDT
Anticipated Start Date:
2019-10-01
Estimated Delivery Date:
2020-09-30
Estimate Level of Effort:
20 days per resource, monthly
Contract Duration:
The contract period will be for one (1) year from the date of contract with irrevocable options to extend it for up to three (3) additional 12-month periods
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
One (1) contract
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those TBIPS EN578-170432 Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:
· P.2 Enterprise Architect – Level 3
· B.3 Business Consultant – Level 3
· I.11 Technology Architect – Level 3
· I.11 Technology Architect – Level 2
· I.11 Technology Architect – Level 1
The following SA Holders have been invited to submit a proposal:
- 4165047 Canada Inc.
- ADGA Group Consultants Inc.
- ADRM Technology Consulting Group Corp.
- BDO Canada LLP
- Cache Computer Consulting Corp.
- Cistel Technology Inc.
- CM Inc.
- Conoscenti Technologies Inc.
- Contract Community Inc.
- CSI Consulting Inc.
- Deloitte Inc.
- Dolomite Networks Corporation
- EMINENT SYSTEMS INC.
- Emtec Infrastructure Services Canada Corporation
- Ernst & Young LLP
- eVision Inc., SoftSim Technologies Inc. in Joint Venture
- Excel Human Resources Inc.
- IBISKA Telecom Inc.
- Icegate Solutions Inc., Knowtech Solutions Inc, AMK Networking Technologies Inc, in JOINT VENTURE
- IT/NET OTTAWA INC, KPMG LLP, in joint venture
- Leo-Pisces Services Group Inc.
- Les Enterprises Norleaf Networks Inc.
- Maplesoft Consulting Inc.
- Maverin Inc.
- MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
- Michael Wager Consulting Inc.
- NavPoint Consulting Group Inc.
- Newfound Recruiting Corporation
- Olav Consulting Corp
- PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
- Pricewaterhouse Coopers LLP
- Procom Consultants Group Ltd.
- Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE
- Protak Consulting Group Inc.
- S.I. SYSTEMS ULC
- Softchoice Corporation
- Solutions Moerae Inc
- Spectra FX Inc.
- SRA Staffing Solutions Ltd.
- TAG HR The Associates Group Inc.
- TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
- The Barrington Consulting Group Inc.
- The VCAN Group Inc.
- Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
- Tundra Technical Solutions Inc
- Veritaaq Technology House Inc.
- Zernam Enterprise Inc
Description of Work:
The purpose of this requirement is to hire professional services for the implementation of the Commercial off-the-shelf software (COTS) software called Broadcom’s Clarity PPM.
The contractor shall perform the following tasks which are grouped into four categories and are all related to the support, maintenance, enhancements and communication of Clarity PPM at SSC on an “as and when required” basis:
i) Support and maintenance of Broadcom Clarity PPM
ii) Modifications to configuration of Broadcom Clarity PPM modules/functionality already in use
iii) Configuration of new modules/functionality of Clarity PPM
iv) Planning and communication of Broadcom Clarity PPM
Bidders must submit one (1) resource per category, five (5) resources in total.
Security Requirement:
Minimum Corporate Security Required: None
Minimum Resource Security Required: None
Contract Authority
Name: Sasha Cesaratto
Phone Number: 613-291-4579
Email Address: sasha.cesaratto@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)
Contact information
Contracting organization
- Organization
-
Shared Services Canada
- Address
-
90 Metcalfe StreetOttawa, Ontario, K0A 0C3Canada
- Contracting authority
- Cesaratto, Sasha
- Phone
- 613-291-4579
- Email
- Sasha.Cesaratto@ssc-spc.gc.ca
- Address
-
180 rue KentOttawa, ON,CA
Buying organization(s)
- Organization
-
Shared Services Canada
- Address
-
90 Metcalfe StreetOttawa, Ontario, K0A 0C3Canada
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.