TBIPS - Omnibus

Solicitation number 47419-226879/A

Publication date

Closing date and time 2020/05/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    
    This NPP Amendment is issued to make the following change in Requirement section below:
    
    Workstream 3
    
    Delete: P.10 Project Scheduler LEVEL 2
    
    Insert: P.10 Project Scheduler LEVEL 3
    
    ***********************************************************************
    
    
    
    Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories of a given Workstream in this solicitation 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. 
    
    Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
    
    Requirement
    
    This bid solicitation is being issued to satisfy the requirement of the Canada Border Services Agency (CBSA) (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. This requirement is for the provision of Informatics professional services to augment capacity in the planning and execution of departmental IM/IT initiatives managed by the Information, Science and Technology Branch and the Traveller’s Branch supporting the Traveller’s Program, on an as and when required basis.
    The Resource Categories described below are required on an as and when requested basis:
    
    WORKSTREAM 1
    
    RESOURCE CATEGORY                       LEVEL     ESTIMATED NUMBER                                                         OF RESOURCES REQUIRED
    A.1 Application/Software Architect LEVEL 3      5
    A.6 Programmer/Software Developer  LEVEL 2      6
    A.6 Programmer/Software Developer  LEVEL 3      6
    A.8 System Analyst                 LEVEL 3      6
    I.10 Technical Architect           LEVEL 3      5
    
    WORKSTREAM 2
    RESOURCE CATEGORY            LEVEL          ESTIMATED NUMBER OF 
                                             RESOURCES REQUIRED
    A.10 Test Coordinator        LEVEL 3         4
    A.11 Tester                  LEVEL 2         4
    A.11 Tester                  LEVEL 3         8
    I.10 Technical Architect     LEVEL 3         6
    I.11 Technology Architect    LEVEL 3         6
    
    WORKSTREAM 3
    RESOURCE CATEGORY                     LEVEL       ESTIMATED NUMBER 
                                                     OF RESOURCES REQUIRED
    B.1 Business Analyst                  LEVEL 2    3
    B.1 Business Analyst                  LEVEL 3    3
    B.7 Business Transformation Architect LEVEL 3    4
    P.5 Project Executive                 LEVEL 3    4
    P.9 Project Manager                   LEVEL 2    4
    P.9 Project Manager                   LEVEL 3    4
    P.10 Project Scheduler                LEVEL 2    5
    P.12 Risk Management Specialist       LEVEL 3    2
    
    
    It is intended to result in the award of up to two contracts in each of the three Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for three years plus two one-year irrevocable options allowing Canada to extend the term of the contract. Bidders do not have to submit a bid for each Workstream. In the event that a Bidder wants to bid on more than one Workstream, a separate technical bid should be submitted for each Workstream.
    
    Current Incumbent
    There is no incumbent for this requirement.
    
    ePost Connect Service 
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  To submit a bid using epost Connect service, the Bidder must either i) send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for epost Connect provided by Canada Post Corporation; or ii) if the Bidder does not have its own licensing agreement for epost Connect, they will have to request to open an epost Connect conversation by emailing PWGSC Bid Receiving Unit at tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca
    
    This should be sent as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).  Requests to open an epost Connect conversation received after that time may not be answered.
    
    For additional information on the submission of bids using epost Connect, please refer to the RFP.
    
    Accessible Procurement 
    
    Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
    
    Security Requirement
    
    There are security requirements associated with this requirement.  For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. 
    
    For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    
    Enquiries
    
    All questions in relation to this solicitation must be sent via email to Lan Mao at lan.mao@tpsgc-pwgsc.gc.ca.
    
    Bidders are requested to clearly indicate the Workstream for which they are submitting their questions.
    
    Note to Bidders: This solicitation document is available in .PDF format only. 
    
    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    Mao, Lan
    Phone
    (613) 858-9980 ( )
    Email
    lan.mao@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
    013
    English
    46
    013
    French
    11
    012
    English
    43
    012
    French
    2
    011
    English
    32
    011
    French
    4
    010
    English
    31
    010
    French
    2
    009
    English
    49
    009
    French
    5
    008
    English
    48
    008
    French
    4
    007
    English
    39
    007
    French
    7
    006
    English
    47
    006
    French
    5
    005
    English
    44
    005
    French
    4
    004
    English
    43
    004
    French
    4
    003
    English
    44
    003
    French
    7
    002
    English
    54
    002
    French
    7
    001
    English
    72
    001
    French
    7
    000
    English
    276
    000
    French
    24

    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
    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.

    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: