Task Based Informatics Professional Services (TBIPS) for (1) Programmer Analyst (level 3)
Solicitation number FP802-200139
Publication date
Closing date and time 2020/10/14 14:00 EDT
Description
Solicitation Number:
FP802-200139
Organization Name:
Fisheries and Oceans Canada
Anticipated Start Date:
2020-10-23
Contract Duration:
The estimated level of effort for the Resources is 140 days for the first year of the Contract, 220 days for the first option period and 220 days for the second option period.
The contract period will be from Contract award to March 31, 2021 with irrevocable options to extend it for up to two (2) additional periods.
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 following category under Stream 1:
One (1) Resource – A7 Programmer Analyst (level 3)
The following SA Holders have been invited to submit a proposal:
4165047 Canada Inc.
Bridgetown Consulting Inc.
Cache Computer Consulting Corp.
Cistel Technology Inc.
Cofomo Ottawa
Compusult Limited
Conoscenti Technologies Inc.
Dargan Industries Inc.
Deloitte Inc.
Integrity Canada Inc.
Maplesoft Consulting Inc.
Metaflow Inc.
Michael Wager Consulting Inc.
Prologic Systems Ltd.
SERTI Placement TI Inc.
Description of Work:
The CCG-IT group, a sub-division of E&I, is responsible for the support and maintenance of several key information systems. Those systems are used for both support to management decision making and for operational requirements.
The Common Core, iFleet systems are of particular importance and require additional support to maintain our levels of service with our various CCG Fleet clients.
The Common Core is a web based application used to administer data that is common to all information systems within the CCG Fleet. This system is the backbone for all other information management systems within CCG Fleet; not only does it provide the data for all other systems but it also defines the architecture to be used for all other systems as well.
The iFleet system is a windows forms-based system deployed to 116 CCG vessels and stations which is used to issue sailing orders and to record activity, fuel, and position information for all services provided by our Fleet. In addition, iFleet is the cornerstone for a vast majority of Fleet’s performance reporting
The Contractor must provide, full time services, one (1) resources under the following Task Based Informatics Professional Services (TBIPS) categories and levels listed below:
Stream 1: Applications Services / Level 3:
- A7 Programmer Analyst (Level 3: < 10 years of experience)
Security Requirement: Common PS SRCL #06 applies
Minimum Corporate Security Required: DOS - Reliability
Minimum Resource Security Required: Enhanced Reliability
Contract Authority
Name: Ginette Aliaga
Phone Number: 343-540-9331
Email Address: Ginette.AliagaGallo @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
-
Canadian Free Trade Agreement (CFTA)
-
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)
Contact information
Contracting organization
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
- Contracting authority
- Aliaga, Ginette
- Phone
- 343-540-9331
- Email
- ginette.aliagagallo@dfo-mpo.gc.ca
- Address
-
Pêches et Océans Canada
200 rue KentOttawa, ON, K1A 0E6Canada
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.