Development Services for the Canadian Coast Guard MROS Simulator Scheduler

Solicitation number 30000666

Publication date

Closing date and time 2021/10/29 14:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number:

    30000666

    Solicitation Number:

    30000666

     Organization Name:

     Fisheries and Oceans Canada

    Solicitation Date:

    2021-10-14

    Closing Date:

    2021-10-29- 02:00 PM Eastern Daylight Time EDT

    Anticipated Start Date:

    Date of Contract Award to 12 months thereafter

    Estimated Delivery Date:

    12 Months thereafter

    Estimated Level of Effort: 

     I.2 Database Administrator Level 2- 230 days for the initial contract period and 220 days for each of the two option periods (total 440 days)

     Contract Duration:

     The contract period will be for twelve (12) months from the date of contract with an irrevocable option to extend it for two additional twelve (12) period

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, CFTA, CCFTA,CPFTA,CColFTA,CPanFTA,CCTPP,CETA,CHFTA,CKFTA, CUFTA and TCA

     Comprehensive Land Claim Agreement Applies:

    No

     Number of Contracts:

     One contract may be awarded.

    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:

    One (1) Category I.2 Database Administrator – Level 2

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

    Advanced Chippewa Technologies Inc.

    Alcea Technologies Inc.

    Bayleaf Software Inc

    BP & M Government IM & IT Consulting Inc.

    Conoscenti Technologies Inc.

    Insum Solutions inc

    IPSS INC.

    Leo-Pisces Services Group Inc.

    Orangutech Inc.

    Samson & Associés CPA/Consultation Inc

    Semantic Consulting Inc

    TAG HR The Associates Group Inc.

    Thales Canada Inc.

    Trillys Systems inc.

    Xelerance Corporation

    Description of Work:

    The Department of Fisheries and Oceans (DFO) and Canadian Coast Guard (CCG) uses Oracle as the standard database onboard all its vessels for all its IBM Maximo installs. With Maximo, Oracle is deployed to each vessel as the underlying Database Management system. With the AMS Large vessel project, all CCG Vessels will have a Maximo and oracle system installed on board. The AMS Large Vessel project will ensure that all 50+ Coast Guard vessels have oracle as their database installed to support the IBM Maximo software. The two pieces together make up the entire application.

    Fisheries and Oceans Canada/Canadian Coast Guard (CCG) requires IT professional services to assist the Integrated Technical Services Directorate (ITS) of DFO/CCG in supporting Oracle as part of the Maximo Application system on its vessels and its users.

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

    Security Requirement: Common PS SRCL #6 applies

    Minimum Corporate Security Required: DOS

    Minimum Resource Security Required: Reliability Status

    Contract Authority

    Name: Larry Hotte

    Phone Number: 343-548-5760

    Email Address: Laurent.Hotte@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)
    • General Agreement on Tariffs and Trade (GATT)
    • 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-UK Trade Continuity Agreement (Canada-UK TCA)
    • 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 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Hotte, Larry
    Phone
    343-548-5760
    Email
    Laurent.Hotte@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.