A.7 Programmer / Analyst

Solicitation number 21-58049

Publication date

Closing date and time 2021/11/29 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number:

    21-58049

    Solicitation Number:

    21-58049

    Organization Name:

    National Research Council of Canada

    Solicitation Date:

    2021-11-12

    Closing Date:

    2021-11-29 02:00 PM Eastern Standard Time EST

    Anticipated Start Date:

    2021-12-06

    Estimated Delivery Date:

    2023-03-31

    Estimate Level of Effort: 

     340 days

    Contract Duration:

    The contract period will be 340 days from the date of contract with an irrevocable option to extend it for up to two additional one-year periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    All

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    Requirement Details

    Tendering Procedure: Selective Tendering

    This Request for Proposal (RFP) is open only to those Supply Arrangement (SA) Holders listed below who pre-qualified under A.7 Programmer/Analyst (Level 3) against the TBIPS Supply Arrangement # EN578-170432. **NRC HAS ALREADY EXTENDED THE INVITATION TO THE FIRST 5 SUPPLIERS THAT HAVE ASKED TO BE INVITED. UNFORTUNATELY, THE INVITATION WILL NOT BE OPENED TO ALL ADDITIONAL SUPPLIERS AS IT WOULD NOT BE CONSISTENT WITH THE EFFICIENT OPERATION OF THE PROCUREMENT SYSTEM.**

    A.7 Programmer/Analyst (Level 3)

    The following SA Holders have been invited to submit a proposal - this is the final list:

    1. CGI Information Systems and Management Consultants Inc.

    2. CISTEL TECHNOLOGY INC, TECSIS CORPORATION IN JOINT VENTURE

    3. CONTAX Inc.

    4. Coradix technology Consulting Ltd.

    5. Digitalembrace Inc.

    6. Insight Global Canada LLC.

    7. Intergraph Canada Ltd

    8. KPMG LLP

    9. Les Enterprises Norleaf Networks Inc.

    10. Malarsoft Technology Corporation

    11. MNP LLP

    12. Neosoft Technologies Inc.

    13. Nova Networks Inc.

    14. OnX Enterprise Solutions Ltd.

    15. Paralucent Inc

    16. SERTI Placement TI inc.

    17. SnapSEARCH Inc.

    18. Spaghetti Logic Inc.

    19. Square BPM Inc.

    20. Strategic Relationships Solutions Inc.

    21. TAG HR The Associates Group Inc.

    22. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    23. TELUS Communications Inc.

    24. The KTL Group, Inc.

    25. TPG Technology Consulting Ltd.

    26. Tundra Technical Solutions Inc

    27. Verbena Consulting Inc.

    28. Work4ce Inc.

    29. Xelerance Corporation

    30. Xpert Solutions Technologiques inc.

    31. Mindwire Systems Ltd.

    32. TRM Technologies Inc.

    33. NavPoint Consulting Group Inc.

    34. The Halifax Computer Consulting Group Inc.

    35. Sierra Systems Group Inc.

    Description of Work:

    National Research Council of Canada CanExport program has a requirement for the provision of a Programmer/Analyst to support their Microsoft Power Platform-related development efforts.

    Security Requirement: Enhanced Reliability

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Philippe G. Cléroux

    Email Address: philippe.cleroux@nrc-cnrc.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
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Cléroux, Philippe
    Email
    philippe.cleroux@nrc-cnrc.gc.ca

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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.