Department of Justice Canada (Justice) – Five (5) TBIPS Resources
Solicitation number 1000028087
Publication date
Closing date and time 2021/01/20 14:00 EST
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A INFORMATICS PROFESSIONAL SERVICES
Reference Number: 1000028087
Solicitation Number: 1000028087
Organization Name: Department of Justice Canada
Solicitation Date: 2020-12-10
Closing Date: 2021-01-20 02:00 PM Eastern Standard Time EST
Anticipated Start Date: 2021-04-01
Estimate Level of Effort: Unknown – Task Authorization Contract for services as and when required, award value: $2,000,000.00 including taxes.
Contract Duration: The contract period will be from the date of contract to March 31, 2027
Solicitation Method: Competitive
Number of Contracts: One (1)
Comprehensive Land Claim Agreement Applies: No
Applicable Trade Agreements: Canada Free Trade Agreement (CFTA), World Trade Organization (WTO), Canada-Chile Free Trade Agreement, Canada-Columbia Free Trade Agreement, Canada-Panama Free Trade Agreement, Comprehensive Economic and Trade Agreement (European Union), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, Canada-Peru Free Trade Agreement, Canada-Ukraine Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
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 categories:
- Two (2) A.4 Enterprise Resource Planning System Analyst – Level 3
- One (1) A.4 Enterprise Resource Planning System Analyst – Level 2
- Two (2) A.7 Programmer/Analyst – Level 3
The following SA Holders have been invited to submit a proposal:
- Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
- Alika Internet Technologies Inc.
- CGI Information Systems and Management Consultants Inc.
- Cofomo Ottawa
- ENET4S SOFTWARE SOLUTIONS LTD
- Eperformance Inc.
- KPMG LLP
- Maplesoft Consulting Inc.
- NavPoint Consulting Group Inc.
- Newfound Recruiting Corporation
- Orangutech Inc.
- Procom Consultants Group Ltd.
- S.I. SYSTEMS ULC
- TECSIS Corporation
- TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
- The AIM Group Inc.
Description of Work:
Justice’s new legal case management system was fully implemented, nationally, in August of 2020. A collection of new requirements as well as feature enhancements exist as Justice continues to invest in this toolchain. Furthermore, with a new system and new data collection, there are also new document management, analytics and reporting requirements.
In support of initiatives related to digital transformation and legal case management, Justice requires the services of a team of experienced experts in the 3 verticals of application development, information management and data analytics. The team will support feature enhancements on the CRM Dynamics platform, SharePoint, as well as Tableau and Power BI on an as and when required basis, through Task Authorizations (TAs).
Bidders must submit a bid for all resource categories
A portion of the work is currently being performed by Cofomo Ottawa (formerly Emerion) under contract since September 2016 (value $2,634,665.09 including taxes).
Security Requirement: Common PS SRCL #19 applies
Minimum Corporate Security Required: Facility Security Clearance at the level of Secret
Minimum Resource Security Required: Secret
Contract Authority
Name: Kayla Pordonick
Phone Number: 613-301-9709
Email Address: Kayla.Pordonick@justice.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-Ukraine Free Trade Agreement (CUFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
- Contracting authority
- Pordonick, Kayla
- Phone
- 613-301-9709
- Email
- Kayla.Pordonick@justice.gc.ca
- Address
-
284 Wellington StreetOttawa, ON, K1A 0H8CA
Buying organization(s)
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
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.