Professional Services - TBIPS 2

Solicitation number 01B68-180046/A

Publication date

Closing date and time 2018/06/13 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1. This NPP Amendment is issued to extend the Bid Solicitation Closing date to June 13, 2018. 
    
    ************************************************************************
    
    Notice of Proposed Procurement (NPP)
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    
    Solicitation Number:  01B68-180046 /A
    Contracting Authority: Hicham Laassouli
    Organization name: PWGSC/STAMS
    Phone Number:  613-858-9817
    E-Mail:   hicham.laassouli@tpsgc-pwgsc.gc.ca
    
    This requirement is for: Agriculture and Agri-Food Canada (AAFC) and Canadian Food Inspection (CFIA)
    
    Only TBIPS SA Holders currently holding a TBIPS SA for Tier 2, in the National Capital Region and the the Atlantic region for Workstream 1 or in the National Capital Region, the Atlantic, Quebec, Ontario and Western regions for Workstream 2 under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation.
    
    Description of the requirement:
    
    AAFC and CFIA have a requirement for informatics Professional Services in the following Workstreams and categories of personnel to provide IT Service Desk support through a single point of contact (IT Centre) to both AAFC and CFIA. The consolidated IT Centre offers bilingual services at 1st and 2nd Level Service Desk Support to clients nationally and generates approximately 12,250 tickets per month.
    
    WORKSTREAM 1 - SERVICE DESK SUPPORT
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED 
      Ottawa Moncton
    Bilingual Service Desk Supervisor (B.10) 3 1 1
    Bilingual Senior Service Desk Specialist (B.10) 3 6 2
    Bilingual Intermediate Service Desk Specialist (B.10) 2 5 4
    Bilingual Junior Service Desk Specialist (B.10) 1 4 3
    Bilingual Junior Service Desk Associate (B.10) 1 1 1
    Bilingual Intermediate Operational Support Specialist (P.6) 2 4 1
    Bilingual Junior Operational Support Specialist (P.6) 1 1 1
    
    WORKSTREAM 2 - DESKSIDE SUPPORT
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED 
      Ottawa Moncton Guelph St. John’s Saint-Hyacinthe Montreal Belleville Downsview Winnipeg Edmonton
    Bilingual Intermediate Operational Support Specialist (P.6) 2 1 1 1 1 1 1 1 1 1 1
    Bilingual Junior Operational Support Specialist (P.6) 1 1 1 1 1 1 1 1 1 1 1
    Bilingual Senior Desk-side Support Technician (B.10) 3 1 1 1 1 1 1 1 1 1 1
    Bilingual Intermediate Desk-side Support Technician (B.10) 2 7 1 1 1 2 1 1 1 1 1
    Bilingual Junior Desk-side Support Technician (B.10) 1 8 1 1 1 1 1 1 1 1 1
    Unilingual Senior Desk-side Support Technician (B.10) 3 1 1 1 1 1 1 1 1 1 1
    Unilingual Intermediate Desk-side Support Technician (B.10) 2 1 1 2 1 1 1 1 1 1 1
    Unilingual Junior Desk-side Support Technician (B.10) 1 1 1 1 1 1 1 1 1 1 1
    Unilingual Junior Deployment Support Technician (B.10) 1 1 1 1 1 1 1 1 1 1 1
    
    The Contractor will provide the services on an “as and when requested” basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract.
    
    
    Anticipated Start Date:
    
    July 20, 2018
    
    Security Requirement:
    
    SRCL: Common PS SRCL #19
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award of up to two contracts in each of the two Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for 24 months plus two one-year irrevocable options allowing Canada to extend the term of the contract.  
    
    Incumbents:
    
    Vendor name: IBM Canada Ltd
    Contract Value: $ 13,423,195.43
    
    
    Inquiries:
    
    Inquiries regarding this RFP requirement must be submitted to the PWGSC Procurement Authority above.  
    
    IMPORTANT NOTICE TO BIDDERS:
    
    1. This solicitation document is available in PDF format only. 
    
    2. Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis.  If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca
    
    3. This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission.
    
    
    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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Laassouli(EL DIV.), Hicham
    Phone
    (613) 858-9817 ( )
    Email
    hicham.laassouli@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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
    004
    French
    1
    004
    English
    20
    003
    French
    0
    003
    English
    16
    002
    French
    1
    002
    English
    20
    001
    French
    0
    001
    English
    24
    000
    French
    3
    000
    English
    126

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price