TBIPS - Informatics professional services - PSAB

Solicitation number 47419-206529/A

Publication date

Closing date and time 2019/06/28 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    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: 
    
    This NPP Amendment is issued to extend the Bid Solicitation Closing date to June 28, 2019 at 2:00pm EDST.
    
    ===================================================
    
    This NPP amendment is raised to issue Attachments "2" and "3" in MS Word version.
    
    ====================================================
    
    Notice of Proposed Procurement (NPP)
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    Solicitation Number:   47419-206529/A
    Contracting Authority: Francis Lapalme
    Organization name:     PSPC/STAMS
    Phone Number:          613-858-9912
    E-Mail:                francis.lapalme@tpsgc-pwgsc.gc.ca
    
    This requirement is for: Canada Border Services Agency (CBSA)
    
    Only Aboriginal TBIPS SA Holders currently holding a TBIPS SA for Tier 2, in all Resource Categories of a given Workstream and in the National Capital Region 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:
    
    The Business Application Systems Directorate (BASD) of the CBSA requires a variety of Information Management (IM)/Information Technology (IT) professional resource services with knowledge and experience supporting and assisting with Government of Canada business application systems/security system projects.  
    
    The purpose of these services is to augment capacity in the planning and execution of departmental IM/IT initiatives managed by the Information, Science and Technology Branch (ISTB) team on an as and when required basis.  
    
    BASD manages IM/IT initiatives such as, but not limited to:
    
    1. The Agency SAP Corporate System
    2. Electronic Data Warehouse and Business Intelligence systems/reporting
    3. Business Process Automation, Business to Business Integration and Customs Electronic Commerce Platform
    4. Administrative and Corporate Applications
    5. New and Emerging IM/IT security and corporate system technologies
    6. Infrastructure and evolving new IM/IT initiatives
    
    BASD is responsible for:
    
    1. Development, maintenance and / or support of IT application solutions; and
    2. Development and / or maintenance of IT application solutions related to travellers, enterprise and common services, commercial and corporate.
    
    The work to be performed will be on an as and when requested basis as initiated through the issuance of Task Authorizations. Task Authorizations may be issued for any of the following resource categories: 
    
    Resource Category   Level of Expertise Estimated Number of Resources Required
    
    WORKSTREAM 1:
    
    A.1 - Application/Software Architect LEVEL 3       1
    A.6 - Programmer/Software Developert LEVEL 2       1
    A.6 - Programmer/Software Developert LEVEL 2       1
    A.8 - System Analyst   LEVEL 3       1
    A.13 - Web Designer   LEVEL 2       1
    I.7 - Platform Analyst   LEVEL 3       1
    I.11 - Technology Architect  LEVEL 3       1
    B.1 - Business Analyst   LEVEL 3       1
    B.6 - Business System Analyst  LEVEL 2       1
    B.6 - Business System Analyst  LEVEL 3       1
    B.14 - Technical Writer   LEVEL 2       1
    B.14 - Technical Writer   LEVEL 3       1
    P.5 - Project Executive   LEVEL 3       1
    
    WORKSTREAM 2:
    
    C.1 - Strategic Information Technology LEVEL 3    1
    Security Planning and Protection
    Consultant 
    
    Anticipated Start Date:
    
    August 2019
    
    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 Workstream 1 and one contract in Workstream 2, with each contract purchasing Work from only one Workstream. Each contract will be for two years plus three one-year irrevocable options allowing Canada to extend the term of the contract.
    
    Incumbent:
    
    There is no incumbent for this requirement.
    
    Inquiries:
    
    Inquiries regarding this RFP requirement must be submitted to the PWGSC Contracting 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

    • Set-Aside Program for Aboriginal Business (SPAB)
    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
    Lapalme, Francis
    Phone
    (613) 858-9912 ( )
    Email
    francis.lapalme@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    008
    French
    11
    008
    English
    24
    007
    French
    4
    007
    English
    25
    006
    French
    4
    006
    English
    22
    005
    French
    1
    005
    English
    24
    004
    French
    3
    004
    English
    25
    003
    French
    3
    003
    English
    20
    002
    French
    4
    002
    English
    28
    French
    30
    001
    French
    5
    001
    English
    39
    English
    35
    000
    French
    17
    000
    English
    166

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.