Task Based Informatics Professional Services (TBIPS) - 2012
notice

Solicitation number EN578-132260/A

Publication date

Closing date and time 2013/01/23 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    INFORMATION NOTICE:
    Task Based Informatics Professional Services (TBIPS) RENEWAL /
    REFRESH and the Migration of the Telecommunication Services
    Stream of the Technical, Engineering and Maintenance Services
    (TEMS) Supply Arrangement and the Cyber Protection Supply
    Arrangement (CPSA) in to TBIPS
    -----------------------------------------------------------------
    -----------------------------------------------------
    
    It is anticipated that the next Task Based Informatics
    Professional Services (TBIPS) Request for Standing Offer (RFSO)
    Renewal and Request for Supply Arrangement (RFSA) Refresh will
    be published on the Government Electronic Tendering Service
    (GETS/MERX) in late Fall 2012.  
    
    All potential bidders are provided with the following
    information in advance:
    
    1.	General information about the next TBIPS Renewal / Refresh
    process for bidders;
    
    2.	Information concerning the migration of the Cyber Protection
    Supply Arrangement (CPSA) and the Telecommunications Services
    Stream of the Technical, Engineering and Maintenance Services
    (TEMS) Supply Arrangement as new streams of services into TBIPS;
    and
    
    3.	Overview of the revised list of TBIPS streams and categories.
    
    1.  General Information about the next TBIPS Renewal / Refresh
    process for bidders:
    
    A number of changes will affect the next TBIPS renewal/refresh
    as a result of Public Works and Government Services Canada
    (PWGSC) Professional Services National Procurement Strategy. 
    The details of the strategy can be found on MERX at
    http://www.merx.com under solicitation # E60ZH-110001/B.
    
    Bidders are reminded of the importance of reading the TBIPS
    Renewal / Refresh RFSA/RFSO Solicitation document carefully
    before submitting an offer.
    
    All bidders will have to establish an account in the Supplier
    Module of the PWGSC Central Professional Services System (CPSS)
    e-Portal. Instructions on accessing the Supplier Module e-Portal
    application will be specified in the RFSO/RFSA document when
    published. 
    
    Bidders submitting a financial bid against the standing offer
    portion must do so through the CPSS e-Portal Supplier Module.
    
    Bidders will be required to submit a portion of their technical
    bid through the CPSS e-Portal Supplier Module.
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Bidders will be required to submit documents
    in hard copy format through the Bid Receiving Unit. Instructions
    in the RFSO/RFSA will provide details.
    
    Bidders who currently hold a TBIPS SO and/or SA and who current
    hold a TEMS SA (Telecommunications Services Stream) will
    receive, by email, their list of categories for which Canada
    considers they have provided evidence of their qualifications.
    Unless they wish to change their status in a given category or
    categories, bidders will not be required to provide further
    details under the Mandatory criterion M.5 - Identification of
    Categories.
    
    
    2.  Information concerning the migration of the CPSA and the
    Telecommunications Stream of the         TEMS SA as new streams
    of Categories into TBIPS:
    
    The TBIPS qualification criteria will apply to all Bidders.
    Bidders who currently hold a TEMS SA (Telecommunications
    Services Stream) or a CPSA will be required to meet all TBIPS
    mandatory criteria, with the exception of the M.5 Identification
    of Categories migration process, if applicable, as explained
    below. Bidders who currently hold a TBIPS SO and/or SA will be
    required to demonstrate and/or certify they still meet all TBIPS
    mandatory criteria.
    
    a)  M.5 Migration process from the TEMS SA (Telecommunications
    Services Stream) to the new Telecommunications Services Steam
    under TBIPS:
    
    (i)	Bidders who currently hold a TEMS SA (Telecommunications
    Services Stream) will be granted the categories for which they
    were technically compliant as a result of the TEMS technical
    evaluation.
    
    (ii)	Bidders who currently hold a TEMS SA (Telecommunications
    Services Stream) will have the option to select unsubstantiated
    categories in accordance with the TBIPS evaluation process;
    ·	For the Telecommunication Services Stream, the number of
    unsubstantiated Categories will not exceed 50% of the number for
    which they were technically compliant (substantiated
    Categories). In their bid, a bidder must prioritize those
    requested unsubstantiated Categories.
    ·	Unsubstantiated Categories will not be counted towards the
    minimum number of Categories required to qualify for a Stream. 
    
    (iii)	If a Bidder wishes to be considered for the TBIPS Tier 2
    level, or was previously qualified on the TBIPS Tier 2 level,
    the Bidder must either: 
    ·	Have provided the minimum of six (6) technically compliant
    categories under its   previous TEMS qualification; or
    ·	Provide substantiated references for additional categories in
    its bid (to meet the  minimum number of six (6) positively
    substantiated categories for Tier 2), through the TBIPS
    evaluation process.
    
    (iv)	If the Bidder wishes to be considered for additional
    categories, substantiated references must be provided in the bid
    and will be subject to the TBIPS refresh evaluation process (ie:
    2 positively substantiated categories for one (1)
    unsubstantiated category).
    
    b)   M.5 Migration process from CPSA to the new Cyber Protection
    Services Stream under TBIPS:
    
    Please note that Categories I.12, I.13, I.14 and I.15 from TBIPS
    Stream 3 IM/IT Services, have 		been removed and are now covered
    under Stream 6 Cyber Protection Services  Categories C.5 		and
    C.16. 	
    
    (i) 	Bidders who currently hold a CPSA will be granted six (6)
    categories of their choice from the new Cyber Protection Stream
    (M.5 compliant for SO/SA Tier 1) and will have the option to
    select unsubstantiated categories in accordance with the TBIPS
    evaluation process;
    	
    	-   For the Cyber Protection Services Stream, the number of
    unsubstantiated Categories will not exceed three (3) (50% of the
    number for which they were granted).  In their bid, a bidder
    must prioritize those requested unsubstantiated Categories.
      
    	-  Unsubstantiated Categories will not be counted towards the
    minimum number of Categories required to qualify for a Stream.
    
    To qualify for TBIPS SA Tier 2, the CPSA Holder must provide
    three (3) additional substantiated 		categories (so that the
    minimum number of nine (9) positively substantiated categories
    is met).
    
    (ii)  	A Bidder that is a CPSA and a TBIPS SA Holder and is not
    carrying over categories from 		TBIPS Work Stream 3 IM/IT
    Services to Work Stream 6 Cyber Protection Services will be
    granted 	six (6) categories of its choice. 
    
    To qualify for TBIPS SA Tier 2, the CPSA Holder must provide
    references and obtain positive 		substantiation for at least
    three (3) additional categories. 
    
    (iii)	A Bidder that is a CPSA and a TBIPS SA Holder and is
    carrying over one (1) 			substantiated IM/IT category from TBIPS
    Work Stream 3 to Work Stream 6 Cyber Protection 		Services will
    be granted five (5) categories of its choice (i.e.: C.5 or C.16
    is to be factored into the 		total number of 6 substantiated
    categories)
    
    To qualify for TBIPS SA Tier 2, the CPSA Holder must provide
    references and obtain positive 		substantiation for at least
    three (3) additional categories.
    
    (iv) 	A Bidder that is a CPSA and a TBIPS SA Holder and is
    carrying over two (2) 			substantiated IM/IT categories from
    TBIPS Work Stream 3 to Work Stream 6 Cyber Protection 		Services
    will be granted four (4) categories of its choice (i.e.: C.5 and
    C.16 are to be factored into 		the total number of 6
    substantiated categories).
    
    To qualify for TBIPS SA Tier 2, the CPSA Holder must provide
    references and obtain positive 		substantiation for at least
    three (3) additional categories.
    
    c)  If the Bidder wishes to be considered for more or all
    categories, substantiated references must be provided in the bid
    and any additional category will be subject to the TBIPS refresh
    evaluation process (i.e.: 2 positively substantiated categories
    for 1 unsubstantiated category).
    
    The migration process from the TEMS SA (Telecommunications
    Services Stream) is different than the migration process from
    CPSA. This is due to the fact that the Telecommunications
    Services categories have remained the same during this
    transitional process whereas the Cyber Protection categories
    have resulted in the amalgamation of four work streams into one.
    
    3. Overview of the revised list of TBIPS streams and categories:
    
    Note:  The four security categories of TBIPS Stream 3, IM/IT
    Services, have been removed from TBIPS as they are covered in
    the new CPSA Stream as explained below:
    
    TBIPS Stream 3 IM/IT:
    
    I.12 PKI Specialist has been transferred to CPSA Stream 6: C.5
    PKI Specialist.
    
    I.13 Privacy Specialist has been transferred to CPSA Stream 6:
    C.16 PIA Specialist
    
    I.14 Security Specialist has been removed in its entirety.
    
    I.15 SSL Specialist has been transferred to CPSA Stream 6: C.5
    PKI Specialist
    
    The new Cyber Protection Services Stream of categories
    originates from the Cyber Protection Supply Arrangement (CPSA),
    which is scheduled to be sunset once the next TBIPS
    renewal/refresh will be completed. 
    
    The new Telecommunications Services Stream of categories
    originates from the Technical, Engineering and Maintenance
    Services (TEMS) Supply Arrangement which is scheduled to be
    sunset, in whole or in part, once the next TBIPS renewal/refresh
    will be completed.
    
    Should you have any questions, comments or concerns, we
    encourage your company to raise it with your IT association, the
    Office of the Small and Medium Enterprise (OSME) or directly to
    our office at rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca.
    
    Regards, 
    The IMOS Team
    
    CATEGORIES 	
    
    STREAM #1 Application Services
    Minimum Number of References
    SO/Tier 1	6
    Tier 2		9
    	
    A.1	Application/Software Architect
    A.2	ERP Functional Analyst			
    A.3	ERP Programmer Analyst			
    A.4	ERP System Analyst			
    A.5	ERP Technical Analyst 			
    A.6	Programmer/Software Developer 	
    A.7	Programmer/Analyst			
    A.8	System Analyst			
    A.9	System Auditor 	
    A.10		Test Coordinator		
    A.11  		Tester 
    A.12  		WEB Architect 
    A.13  		WEB Designer
    A.14   	WEB Developer
    A.15   	WEB Graphics Designer		
    A.16  	WEB Multimedia Content Consultant
    A.17	Webmaster
    
    STREAM #2 Geomatics Services	
    Minimum Number of References
    SO/Tier 1	4
    Tier 2		6
    
    G.1   	Geomatics Analyst	
    G.2   	Geomatics Specialist			
    G.3   	GIS Applications Analyst			
    G.4  	GIS Applications Architect			
    G.5   	GIS Data Architect			
    G.6   	GIS Infrastructure Architect
    G.7   	GIS Programmer/Analyst
    G.8   	GIS Project Manager
    G.9   	GIS System Architect
    G.10 	GIS Web Mapping Developer
    G.11 	Mapping Technician
    	
    STREAM #3 IM/IT Services	
    Minimum Number of References
    SO/Tier 1	4
    Tier 2		6
    
    I.1   	Data Conversion Specialist	
    I.2   	Database Administrator			
    I.3   	Database Analyst/IM Administrator			
    I.4   	Database Modeller/IM Modeller			
    I.5   	IM Architect 	
    I.6   	Network Analyst 	
    I.7   	Platform Analyst
    I.8    	Storage Architect
    I.9   	System Administrator
    I.10   	Technical Architect
    I.11   	Technology Architect		
    		
    STREAM #4 Business Services
    Minimum Number of References
    SO/Tier 1	5
    Tier 2		7
    	
    B.1  	Business Analyst		
    B.2  	Business Architect	
    B.3  	Business Consultant	
    B.4  	Business Continuity/Disaster Recovery Specialist			
    B.5  	Business Process Re-engineering (BPR) Consultant 			
    B.6  	Business System Analyst	
    B.7  	Business Transformation Architect			
    B.8    	Call Centre Consultant
    B.9    	*Courseware Developer		
    B.10  	Help Desk Specialist 		
    B.11  	*Instructor, IT
    B.12  	Network Support Specialist
    B.13  	Operations Support Specialist 		
    B.14   	Technical Writer
    
    * These Categories are to be used only in TBIPS SO/SA
    requirements where the Category constitutes a minor portion of
    the work only.  Requirements primarily focused on these
    Categories will be processed through the Learning Services
    Supply Arrangement and/or Standing Offer  E60ZH-070003. 
    
    STREAM #5 Project Management Services
    Minimum Number of References
    SO/Tier 1	4
    Tier 2		6
    	
    P.1   	Change Management Consultant		
    P.2   	Enterprise Architect			
    P.3   	HR Consultant	
    P.4   	Organizational Development Consultant	
    P.5   	Project Executive			
    P.6   	Project Administrator	
    P.7    	Project Coordinator
    P.8    	Project Leader
    P.9    	Project Manager		
    P.10  	Project Scheduler		
    P.11  	Quality Assurance Specialist/Analyst
    P.12  	Risk Management Specialist
    		
    STREAM #6 Cyber Protection Services (NEW)	
    Minimum Number of References
    SO/Tier 1	6
    Tier 2		9
    
    C.1 	Strategic IT Security Planning and Protection Consultant		
    C.2 	IT Security Methodology, Policy and Procedures Analyst	
    C.3 	IT Security TRA and C&A Analyst			
    C.4 	IT Security Product Evaluation Specialist			
    C.5 	PKI Specialist	
    C.6 	IT Security Engineer	
    C.7 	IT Security Design Specialist	
    C.8 	Network Security Analyst	
    C.9 	IT Security Systems Operator	
    C.10 	IT Security Installation Specialist
    C.11 	IT Security VA Specialist		
    C.12 	Incident Management Specialist
    C.13 	Physical IT Security Specialist
    C.14 	IT Security R&D Specialist		
    C.15 	Computer Forensics Specialist		
    C.16 	PIA Specialist		
    C.17 	EMSEC Security Specialist		
    
    STREAM #7 Telecommunications Services (NEW)
    Minimum Number of References
    SO/Tier 1	4
    Tier 2		6
    	
    T.1 	Radio Frequency (RF) Systems Specialist	
    T.2 	Satellite Communication Specialist	
    T.3 	Telecommunication Cable Plant Designer			
    T.4 	Telecommunication Technician			
    T.5 	Private Branch Exchange (PBX) Technologist
    T.6 	Telecommunication System Specialist
    T.7 	Antenna Structure Engineer		
    T.8 	Radio Frequency (RF) Engineer
    T.9  	Lineman Technician
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Benoit, Real
    Phone
    (819) 934-4667 ( )
    Fax
    (819) 956-7827
    Address
    11 Laurier St. / 11 rue Laurier
    Portage III 0A1 - 1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    13
    000
    English
    86

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: