Canadian Coast Guard Enterprise Maximo Support Services

Solicitation number 30001657

Publication date

Closing date and time 2022/03/18 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES

    Reference Number:

    30001657

    Solicitation Number:

    30001657

    Organization Name:

    Department of Fisheries and Oceans Canada – Sector of Cost Guard

    Solicitation Date:

    2022-03-02

    Closing Date:

    2022-03-18 02:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date:

    2022-04-01

    Estimated Delivery Date:

    2023-03-31

    Estimate Level of Effort: 

     220 days per resource

    Contract Duration:

    The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to three additional one-year periods

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, NAFTA, AIT…

    Comprehensive Land Claim Agreement Applies:

    No

    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 National Capital Region for the following category(ies):

    One (1) Level 3 Project Manager

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

    1. Accenture Inc.
    2. Action Personnel of Ottawwa-Hull Ltd.
    3. Advanced Chippewa Technologies Inc.
    4. BDO Canada LLP
    5. Eagle Professional Resources Inc.
    6. Equasion Business Technologies Consulting Inc and Watershed Information Technology Inc in CJV
    7. eVision Inc., SoftSim Technologies Inc. in Joint Venture
    8. Excel Human Resources Inc.
    9. FreeBalance Inc.
    10. IBM Canada Limited/IBM Canada Limitée
    11. Jumping Elephants Incorporated
    12. Lansdowne Technologies Inc.
    13. Lean Agility Inc.
    14. Leo-Pisces Services Group Inc.
    15. Maximus Canada Services, Inc.
    16. Mindwire Systems Ltd
    17. N12 Consulting Corporation
    18. Nattiq Inc., Adga Group Consultants Inc., in Joint Venture
    19. Newfound Recruiting Corporation
    20. nGage Pro Inc.
    21. Pricewaterhouse Coopers LLP
    22. Procom Consultants Group Ltd.
    23. Prologic Systems Ltd.
    24. S.I. SYSTEMS ULC
    25. SnapSearch Inc.
    26. Solutions Moerae Inc
    27. Teambuilder Consulting Inc.
    28. Thinking Big Information Technology Inc
    29. Thomas&Schmidt Inc.
    30. TRM Technologies Inc.
    31. Tundra Technical Solutions Inc 

    Description of Work:

    Canadian Coast Guard (CCG) utilizes IBM Maximo as their approved Asset and Materiel Management Systems (AMS) to capture data related to the maintenance of CCG assets and to track inventory at various locations across Canada and on board CCG vessels. Shore and vessel based personnel utilize IBM’s Maximo version 7.6.0.8 for AMS activities. Maximo is currently integrated with DFO’s financial system, SAP S4/Hanna, to capture valuation of consumable inventory in CCG storage areas..

    A CCG Maximo Task Force was put in place on December 2020 with the goals to overcome user, stakeholder and change management challenges. The Task Force has created an action plan to ensure an effective user experience and optimization of the Maximo system to meet the Asset Management and Materiel Management requirements of CCG. The Task Force also has the role for Maximo implementation onto our fleet of vessels and to manage the plan to upgrade to version 7.6.1.2 and introduce a mobile solution. 

    1. TECHNICAL, OPERATIONAL AND ORGANIZATIONAL ENVIRONMENT

    There are currently over 200 Maximo users in the Canadian Coast Guard. Besides the current production environment ashore, there are 15 vessels operating a stand alone Maximo for maintenance and inventory management. An implementation project is underway to ensure all Coast Guard vessels will have a standalone Maximo system that will be synchronized with the shore based environment.

    1. PURPOSE

      The purpose of this statement of work is to establish a contract through the TBIPS Supply Arrangement in order to obtain the specific professional services of a Project Manager. The Project Manager is required to manage a Maximo project team of Maximo experts and data analysts for the implementation of Maximo on Coast Guard vessels and in further developing CCG’s Maximo related procedures, integration with the SAP financial system, policies and support tools.

       

    2. TASKS

      The Contractor’s resource reporting to the Maximo Task Force team must perform the work described below that includes but is not limited to the following:

      Attend a kick-off meeting with the CCG Project Authority to discuss the objectives and requirements of the mandate. The meeting will take place within one (1) week of contract award.

      Review key internal and external documents identified or provided by the CCG Project Authority during the kick-off meeting to obtain contextual information.

      Discuss the approach & methodology with the Project Authority for approval.

      Specific tasks include:

    • Knowledge transfer and mentoring services to CCG personnel or contractors conducted through one on one meetings, updating team members during team meetings and preparing required documentation;

    • Manage the data synchronization implementation between vessel and shore based Maximo in support of the AMS Large Vessel Project;

    • Lead the initiative to further integrate Maximo with SAP departmental financial system

    • Organize and chair working group meetings

    • Lead workshops with users and clients to develop and update Maximo Asset Management and Material Management business rules

    • Manage the upgrade to Maximo 7.6.1.2 including Maximo Anywhere, work centers, KPIs and Metrics

    • Develop and advise on change management and communications strategies

    • Monitor, evaluate and provide hands-on assistance in physical inventory valuation strategies and data validation exercises;

    • Provide subject matter expertise for strategic project decisions regarding systems

      implementation;

    • Providing administrative expertise in the management of projects, including strategic planning

      and analysis;

    • Oversight, set-up and maintenance of project management tools and documentation as

      required;

    • Conducting research and analysis with stakeholders to ensure projects are delivered on time

      and on budget;

    • Provide input to management in support of particular projects; and coordinate project team members to successfully implement Maximo on all CCG vessels for the duration of the project

    1. DFO/CCG SUPPORT

     

    As required to perform the contract work and at the discretion of the CCG Project Authority, provide Contractor personnel with:

    1. relevant internal documentation, such as project documentation and templates, system specifications,.

    2. scheduled access to CCG personnel, DFO systems such as Maximo, laptop and relevant software and meeting space, and

    3. provision of timely review, feedback on and approval of deliverables

    5. CONTRACTOR’S OBLIGATIONS

     

    The Contractor’s resources must:

    • keep all documents and proprietary information confidential;

    • meet all identified tasks and deliverables as identified in this Statement of Work;

    • return all materials belonging to the CCG upon completion of the contract;

    • participate at on–site meetings and teleconferences, as needed; and

    • maintain all digital documentation in a secure area.

     

     

    1. DELIVERABLES

     

    Develop project documents, reports and all deliver all related tasks toward the successful deployment of

    Maximo to vessels, further integration of Maximo to SAP and synchronization of data between ship and shore.

    Complete relevant and required project documents as per the DFO/CCG Project management

    Framework.

    All deliverables such as project documents, system documents, business rule and support tools must be reviewed and approved by the Project Authority and will be due on an agreed upon mutually exclusive timeframe.

    7. REPORTING AND COMMUNICATION

    The Contractor must provide the CCG Project Authority with status updates as required either verbally in meetings or as requested in writing by the Project Authority. The following must be provided by the Contractor:

    • Identification of potential problems (including impacts and actions necessary to address any issues and develop solutions) that may affect their work; and
    • Coordinate activities and plan work schedule with CCG Project Authority.

    8. LOCATION OF WORK

    Work shall be performed in Ottawa, Ontario, Canada . The office is located at 200 Kent Street and at some point during the contract will be relocated at 222 Nepean Street. 

    9. LANGUAGE

    The Contractor resources must be fluent in English. Fluent is defined as Written, Verbal, and Comprehension at an advanced level.

    1. TRAVEL AND LIVING EXPENSES

     There may be travel required under this contract, at which time travel expenses will be paid. All travel must be pre-approved by the Project Authority.

     

    • Bidders may submit a bid for one or all resource categories.

    • The work is currently being performed by Company N12 Consulting Corporation under contract (value $99 157.50)

    •  

    Security Requirement: Common PS SRCL #06 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority

    Name: Martin Larocque

    Email Address: Martin.Larocque@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
    Larocque, Martin
    Email
    Martin.Larocque@dfo-mpo.gc.ca
    Address
    Fisheries and Oceans Canada | Pêches et Océans Canada
    200 Kent Street | 200 rue Kent
    Ottawa, ON, K1A 0E6

    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
    Canada
    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.