Supervision Technology Tools Renewal (STTR) Project

Solicitation number 59017-160009/A

Publication date

Closing date and time 2017/09/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP) For SOLUTIONS BASED INFORMATICS PROFESSIONAL SERVICES (SBIPS)
    
    GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES (STAMS)
    Reference Number:20161265
    Solicitation Number:59017-160009
    
    Organization Name: Public Works and Government Services Canada - Services and Technology Acquisition Management Sector (STAMS) on behalf of the Office of the Superintendent of Financial Institutions (OSFI).
    
    Contract Duration: This is not a Bid solicitation. This Request for Information (RFI) will not result in the award of any contract. This RFI will not necessarily result in any procurement action and potential suppliers are not to earmark stock or facilities relative to the work described herein.
    
    Solicitation Method: Competitive
    
    Applicable Trade Agreements: WTO-AGP, NAFTA, CCFTA, CPFTA, CColFTA, CPanFTA CFTA
    
    Comprehensive Land Claim Agreement Applies:No
    
    Number of Contracts:N/A
    
    Requirement Details
    
    Tendering Procedure: Selective Tendering
    
    This RFI requirement is open only to those Solutions-Based Informatics Professional Services (SBIPS) Supply Arrangement (SA) Holders (issued pursuant to Request for Supply Arrangement solicitation No. EN537-05IT01) who are qualified under Tier 2 for services in the National Capital Region for the Systems Integration Stream.
    
    The following SA Holders have been invited to submit a proposal:
    - Accenture Inc.
    - ADGC Group Consultants Inc.
    - AMITA Corporation
    - CAE Inc.
    - CGI Information Systems and Management Consultants Inc.
    - Compusult Limited
    - Computer Sciences Canada Inc./Les sciences de l’informatique Canada Inc. 
    - Coradix technology Consulting Ltd. 
    - Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
    - Dapasoft Inc
    - Deloitte Inc.
    - DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE
    - Ernst & Young LLP
    - ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.
    - Fujitsu Consulting (CANADA) Inc. / Fujitsu Couseil (Canada) Inc.
    - General Dynamics Canada Limited
    - General Dynamics Information Technology Canada Ltd.
    - IBM Canada Ltd.
    - Infosys Public Services Inc.
    - IPSS INC.
    - IPSS Inc., Lloyd-Werring Enterprises Inc. IN A JOINT VENTURE
    - Manpower Services Canada Ltd.
    - Maplesoft Consulting Inc.
    - MDA Systems Ltd.
    - Microsoft Canada Inc.
    - Modis Canada Inc
    - Oracle Canada ULC
    - Pricewaterhouse Coopers LLP
    - SAS Institute (Canada) Inc.
    - Sierra Systems Group Inc.
    - SYSTEMATIX SOLUTIONS TI INC / SYSTEMATIX IT SOLUTIONS INC
    - TELUS Communications Company
    - Thales Canada Inc.
    -The Bell Telephone Company of Canada or Bell Canada/ La Compagnie de Téléphone Bell du Canada ou Bell Canada
    - TPG Technology Consulting Ltd., Amita Corporation, RANDSTAD INTERIM INC., The Devon Group Ltd., Nortak Software Ltd., TRM Technologies Inc., Wilcom Systems Ltd JOINT Venture
    - Unisys Canada Inc.
    - WorldReach Software Corporation
    
    Description of Work: 
    
    OSFI has undertaken its Supervision Technology Renewal (STTR) project to enhance and support the capabilities of its people to focus on work that matters. The STTR project aims to meet this vision by adopting flexible and responsive supervisory processes and enabling technology, to help supervisors identify and assess key risks early and, escalate the intensity of supervision quickly, and intervene promptly and ssertively.
    
    This RFI pertains to OSFI’s requirement for a Systems Integrator contractor to provide Systems Integration technical expertise, professional services resources, and at Canada’s sole option, optional third party COTS software (optional Enterprise Planning software, optional Rich Text Control software and optional Spelling/Grammar checking software) and associated software maintenance and support services necessary to support OSFI’s STTR project in the delivery of a
    new OSFI STTR System and (optionally) to support the roll-out of an Enterprise Planning tool across OSFI.
    
    This RFI includes, but is not limited to, a draft Request for Proposal (RFP) and questions to Industry for response. The purpose of this RFI is to inform industry of OSFI’s Systems Integrator requirement and give industry the opportunity to provide feedback on Canada’s draft RFP and associated procurement approach prior to Canada finalizing such.
    
    Under the RFI’s draft RFP:
    
    * Canada has identified an initial requirement for the eight CONTRACTOR WORK TEAM resources indicted below. Canada contemplates issuing a Task Authorization for the eight CONTRACTOR WORK TEAM resources shortly after contract award;
    
    * Each of the eight CONTRACTOR WORK TEAM resources must be fluent in English (i.e. can communicate orally and in writing without any assistance and with minimal errors in the English language). Please also note that some CONTRACTOR WORK TEAM deliverables will also be required in a bilingual (English and French) format with the Contractor responsible for translation of deliverables;
    
    * Bidders must hold a valid Facility Security Clearance at the level of SECRET at the time of Bid closing. In addition, each of the eight CONTRACTOR WORK TEAM resources must each hold the applicable valid security screening clearance level identified below at the time of Bid close. The draft RFP also contemplates the need for additional post contract award professional services resources during the contract period who must hold various valid security screening clearance levels (these security screening levels are not required at time of Bid close);
    
    CONTRACTOR WORK TEAM Resources:
    
    - Contractor Project Manager (PM), 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility
    
    - OCM Specialist, 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility
    
    - Solution/Application Architect, 1 resource, SECRET, primary work location is on-site at OSFI’s Ottawa facility. It is anticipated that travel will be required between OSFI’s Ottawa and Toronto facilities.
    
    - Information Architect, 1 resource, SECRET, primary work location is on-site at OSFI’s Ottawa facility. It is anticipated that travel will be required between OSFI’s Ottawa and Toronto facilities.
    
    - Dynamics CRM Development Specialist, 1 resource, SECRET, primary work location is on-site at OSFI’s Toronto facility
    
    - SharePoint Development Specialist, 1 resource, SECRET, primary work location is on-site at OSFI’s Toronto facility
    
    - User Experience (UX) Specialist, 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility
    
    - Business Analyst (BA Lead), 1 resource, Reliability Status, primary work location is on-site at OSFI’s Toronto facility
    
    Please see the RFI/draft RFP for additional information.
    
    The contract period will be defined in any resulting RFP. At this time, Canada anticipates that a single resulting contract would be awarded under any resulting RFP for an initial contract period of two years with options to extend by eight additional one year option periods.
     
    Respondents are requested to provide RFI responses to the Contracting Authority identified below in accordance with the instructions set out in the RFI. 
    
    The work is currently not being performed by a contracted resource.
    
    Security Requirement: Common Professional Services SRCL #19 applies (please see above and the attached RFI for additional information.)
    
    Minimum Corporate Security Required: Facility Security Clearance at the level of SECRET
    
    Minimum Resource Security Required: RELIBILITY STATUS, CONFIDENTIAL or SECRET as indicted the Security Classification Guide set out under Annex C (Security Requirements Checklist) of the draft RFP.
    
    Contract Authority
    Name: Michael Randall
    Phone Number: 819-420-2239
    Email Address: michael.randall@tpsgc-pwgsc.gc.ca
    
    Inquiries
    
    Inquiries regarding this RFI requirement must be submitted to the Contracting Authority named above. RFI RESPONDENTS ARE ADVISED THAT "BUYANDSELL.GC.CA" IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF RFI DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
    
    NOTE: Solutions-Based Informatics Professional Services (SBIPS) 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

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Randall, Michael
    Phone
    (819) 420-2239 ( )
    Email
    michael.randall@tpsgc-pwgsc.gc.ca
    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 the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    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
    002 FR 1
    002 EN 14
    001 FR 2
    001 EN 17
    000 FR 11
    000 EN 76

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Not applicable
    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: