Application Development and Data Management

Solicitation number QA001-164451/A

Publication date

Closing date and time 2016/08/17 14:00 EDT

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: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP) For 
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    
    GSIN:  D302A  
      
    Reference Number: 20164451 Solicitation Number: QA001-164451/A
    
    Organization Name: Public Works and Government Services Canada (PWGSC) - Services and Technology Acquisition Management Sector (STAMS) on behalf of Infrastructure Canada (INFC)
       
    
        
    Contract Duration: The contract period will be for two (2) years from the date of contract with an irrevocable option to extend it for up to three (3) additional one year periods.
    
    Solicitation Method: Competitive 
    
    Applicable Trade Agreements: WTO-AGP, NAFTA, CCFTA, CPFTA, CCoIFTA, CPanFTA and AIT
    
    Comprehensive Land Claim Agreement Applies: No 
    
    Number of Contracts: 1
    
    Requirement Details
    
    Tendering Procedure: Selective Tendering
    
    This requirement is open ONLY to Bidders that are qualified Tier 2 Holders of a Task Based Informatics Professional Services (TBIPS) Supply Arrangement (SA). To bid, Suppliers must be a qualified Tier 2 SA Holder in the NCR for all categories and security as specified below. The RFP is issued against the (TBIPS) Supply Arrangements (SA) PWGSC file number EN578-055605. All terms and conditions of the SA apply & shall be incorporated into any resulting contract.
    
    Workstream 1:
    * A.7 Programmer/Analyst, Level 2 (2 Initial Team Resources with Reliability Status) 
    * A.7 Programmer/Analyst, Level 3 (2 Initial Team Resources with Reliability Status) 
    * A.8 System Analyst, Level 2 (1 Part Time Initial Team Resource with Reliability Status)
    * A.11 Tester, Level 2 (1 Initial Team Resource with Reliability Status)
    A.11 Tester, Level 3 
    A.14 Web Developer, Level 2
    A.14 Web Developer, Level 3
      
    Workstream 2:
    G.1 Geomatics Analyst, Level3
    G.2 Geomatics Specialist, Level 3
    G.7 GIS Programmer / Analyst, Level 3
    G.11 GIS Mapping Technician, Level 2
    G.11 GIS Mapping Technician, Level 3
    
    Workstream 3:
    I.2 Database Administrator, Level 2
    * I.2 Database Administrator, Level 3 (1 Initial Team Resource with Reliability Status) 
    I.3 Database Analyst / IM Administrator, Level 2
    * I.3 Database Analyst / IM Administrator, Level 3 (1 Initial Team Resource Reliability Status)
    1.4 Database Modeller / IM Modeller, Level 2
    1.4 Database Modeller / IM Modeller, Level 3 
    
    Workstream 4:
    B.1 Business Analyst, Level 2
    * B.1 Business Analyst, Level 3 (2 Initial Team Resources with Reliability Status)
    B.13 Operations Support Specialist, Level 2
    B.13 Operations Support Specialist, Level 3  
    Workstream 5:
    P.9 Project Manager, Level 2 
    P.9 Project Manager, Level 3
    
    The following Suppliers have been identified as a qualified Tier 2 SA Holders in the NCR for all categories and security as specified:
    • Adirondack Information Management Inc.,Amita Corporation, Artemp Personnel Services               Inc., The    AIM Group Inc., in JOINT VENTURE
    • Aerotek ULC
    • Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
    • CGI Information Systems and Management Consultants Inc.
    • Coradix technology Consulting Ltd.
    • CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision                            Consulting Inc., IN JOINT VENTURE
    • Dalian Enterprises and Coradix Technology Consulting, inJoint Venture
    • Deloitte Inc.
    • Design Group Staffing Inc.
    • DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    • Excel Human Resources Inc.
    • Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
    • General Dynamics Canada Limited
    •IT/Net - Ottawa Inc.
    • Lockheed Martin Canada Inc.
    • Michael Wager Consulting Inc.
    • Modis Canada Inc
    • Procom Consultants Group Ltd.
    • Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    • S.i. Systems Ltd.
    • Sierra Systems Group Inc.
    • Solutions Moerae Inc
    • TAG HR The Associates Group Inc.
    • Turtle Technologies Inc.
    
    
    * INFC has identified an initial requirement for a “Initial Team” of ten resources as indicated above. INFC contemplates issuing initial Task Authorizations for the 10Initial Team resources to start work on-site at INFC within ten days of contract award. Initial Team resources must be fluent (i.e. can communicate orally and in writing without any assistance and with minimal errors) in the English language or in theFrench language and must each hold a valid personal security screening at the level of Reliability Status. Canada also contemplates issuing other as required Task Authorizations for additional resources (up to the SECRET level) during the contract period. Please see the associated RFP for additional information.
    
    Description of Work:
    
    The IM/IT Directorate of INFC requires Task Based informatics professional services to work with INFC staff on an as and when requested basis to support the development,management and maintenance of applications, database systems, data warehouse, and web servers. The majority of required resources will fulfill ongoing operational roles on-site at INFC in support of requirements and priorities as determined by INFC. It is anticipated that one contract will be awarded for this requirement for all Workstreams indicated herein.
    
    Security Requirement: Common PS SRCL #19 applies
    Minimum Corporate Security Required: Facility Security Clearance at the level of SECRET
    MinimumResource Security Required:  RELIABILITY STATUS, CONFIDENTIAL or SECRET as indicated in each associated Task Authorization.
     
    Contract Authority:
    Name:  Ken Smith
    Public Works and Government Services Canada
    Acquisitions Branch
    Directorate: Informatics and Telecommunications Systems Procurement Directorate
    Address:  11 Laurier St., Gatineau, Québec
    Telephone:  (819) 420-2211
    E-mail address: kenneth.smith@tpsgc-pwgsc.gc.ca 
     
    Inquiries:
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. 
    
    The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
    
    
    Conflict of Interest:
    Bidders are advised that in the performance of this Contract the Contractor may have access to information and material which may result in placing it in a real or perceived conflict of interest or confer a real or perceived unfair advantage upon it in respect to its participation in otherfuturesolicitations related to Infrastructure Canada’s requirement for IMIT Management and Project Services and the requirement for Cyber Protection Services. The Bidder acknowledges that the selected supplier, its affiliates (as defined in the Ineligibility and Suspension Policy referred to in the Standard Conditions 2003 (2016-04-04), agents or subcontractors as well as their respective employees and former employees may, at the sole discretion of the Crown, be disqualified in future solicitations related to the above mentioned requirements.
    
    
    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)

    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
    Smith, Kenneth
    Phone
    (819) 420-2211 ( )
    Fax
    (819) 956-8303
    Address
    Portage III 12C1 - 42
    11 Laurier Street/11, rue Laurier
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Office of Infrastructure of 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
    006
    English
    17
    006
    French
    4
    005
    English
    14
    005
    French
    2
    004
    English
    15
    004
    French
    1
    003
    English
    13
    003
    French
    2
    002
    English
    15
    002
    French
    5
    001
    English
    26
    001
    French
    5
    000
    English
    117
    000
    French
    7

    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
    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: