TBIPS - Shared Travel Services (STS)
Solicitation number EN578-161880/A
Publication date
Closing date and time 2016/01/18 14:00 EST
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: Contract Duration: The contract period will be for 240 billable days or 18 months, whichever comes first with up to two (2) irrevocable option periods of 120 billable days or nine (9) months each under the same terms and conditions Number of Contracts: Up to a maximum of 4 contracts may be awarded. Requirement Details This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the at least one of the following categories: A.11 Tester - Quality Assurance Specialist, Level 1 B.1 Business Analyst - Design and Configuration, Level 3 I.3 Database Analyst / IM Administrator, Level 2 The following SA Holders have been invited to submit a proposal: 1019837Ontario Inc. 2231622 Ontario Inc. 7792395 Canada Inc. A Hundred Answers Inc. Access Corporate Technologies Inc. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture Apption Corporation CISTEL TECHNOLOGY INC,TECSIS CORPORATION IN JOINT VENTURE Cistel Technology Inc. CoreTracks Inc. DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE Eagle Professional Resources Inc. Ernst & Young LLP FoxRed Consulting Inc., CloseReach LTD. in JOINT VENTURE Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc. Helix Management Consulting Services Inc. I4C INFORMATION TECHNOLOGY CONSULTING INC Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture Koroc Consulting Inc., Isheva Inc. inJOINT VENTURE Lightning Tree Consulting, Burbek, and P.G. Rodier Consulting in Joint Venture Lumina IT inc. Mentor Tech Source Inc. Messa Computing Inc. Michael Wager Consulting Inc. NavPoint Consulting Group Inc. Newfound Recruiting Corporation NEWFOUND RECRUITING CORPORATION, APPTION CORPORATION , IN JOINT VENTURE Nova Networks Inc. Pleiad Canada Inc. PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE Primex Project Management Limited Prolity Corporation Promitus Solutions Ltd., in Joint Venture with Icorp.ca Inc., Fineworks, Hamilton, Thomas & Associates Ltd., Elemental Strategies Inc. QMR Staffing Solutions Incorporated Semantic Consulting Inc TAG HR The Associates Group Inc. Teambuilder Consulting Inc. TECSIS Corporation TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC. Templates 4 Business, Inc. The AIM Group Inc. The Halifax Group Inc. Turtle Island Staffing Inc. Zernam Enterprise Inc S.I. Systems Procom Consultants Group Limited The VCAN Group Maplesoft Group Promaxis Systems Inc. Dare Human Resources Corporation ADGA Group Consultants Inc Leo-Pisces Services Group Inc. Portage Personnel Inc. SRA Staffing Solutions Ltd. IT Services Canada Inc. Description of Work: Bidders may submit a bid for one or all resource categories. The Shared Travel Services Directorate (STSD) of the Integrated Services Branch, Public Services and Procurement Canada, has a requirement for the following professional services: One (1) A.11 Tester (Level 1) - Quality Assurance Specialist. This resource will be tasked with supporting issue resolution and quality assurance testing for the enterprise level travel management application provided by a third-party service provider. The work is currently not being performed by a contracted resource One I.3 Database Analyst / IM Administrator (Level 2). This resource will be tasked to create, update and maintain multiple databases to support STSD operations. The work is currently being performed by Portage Personnel under Contract (Value $490,872.00). One (1) B.1 Business Analyst (Level 3) - Design and Configuration and one (1) Bilingual B.1 Business Analyst (Level 3) - Design and Configuration. These resources will be tasked to support design, configuration, and operation of government-wide travel management systems. The work is currently being performed by MapleSoft under two Contracts (Value $772,920.00and $789,192.00, respectively). SecurityRequirement: Common PS SRCL#6 applies Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Reliability Contract Authority Name: Joe Michniewicz Phone Number: 613-952-0318 Email Address: joe.michniewicz@tpsgc-pwgsc.gc.ca Inquiries Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT BUYANDSELL.GC.CA IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language. NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a Qualified SA Holder, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca 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
-
Agreement on Internal Trade (AIT)
-
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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Michniewicz, Joe
- Phone
- (613) 952-0318 ( )
- Address
-
Canadian Building
219 Laurier Ave. West, 13th Floor
Room 13077Ottawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__XN.B113.E29714.EBSU001.PDF | 001 |
English
|
38 |
Access the Getting started page for details on how to bid, and more.