JAVA Applications - Winnipeg

Solicitation number 01B68-200295/A

Publication date

Closing date and time 2020/07/14 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: 
    
    Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories in this solicitation and in the Western 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 Agriculture and Agri-food Canada (AAFC)  (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 Application Development and Application Maintenance for the Enterprise applications supported in Winnipeg (with the exception of the Business Risk Management Suite (BRMS)) that support the objectives of AAFC’s Programs Branch.  
    
    The Resource Categories described below are required on an as and when requested basis:
    
    RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
    P.9 Project Manager LEVEL 3 1
    B.1 Business Analyst LEVEL 2 4
    B.13 Operations Support Specialist LEVEL 3 1
    I.4 Database/IM Modeller LEVEL 3 1
    A.1 Application/Software Architect LEVEL 3 1
    A.6 Programmer/Software Developer LEVEL 3 2
    A.10 Test Coordinator LEVEL 2 1
    P.9 Project Manager LEVEL 2 1
    I.4 Database/IM Modeller LEVEL 2 1
    A.6 Programmer/Software Developer LEVEL 2 4
    A.11 Tester LEVEL 2 3
    
    It is intended to result in the award of one contract for one year plus four one-year irrevocable options allowing Canada to extend the term of the contract.  
    
    Current Incumbent
    Vendor name: IBM Canada
    Contract Period:  2015/06/30 to 2021/03/31
    Contract Value (including applicable taxes): $17,714,285.71
    
    ePost Connect Service 
    
    Bids must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit via epost Connect by the date and time indicated on page one of the bid solicitation.
    
    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@pwgsc-tpsgc.gc.ca.
    
    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)
    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
    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
    003
    English
    16
    003
    French
    3
    002
    English
    12
    002
    French
    4
    001
    English
    16
    001
    French
    3
    000
    English
    88
    000
    French
    5

    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
    Manitoba
    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.