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
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
- 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 LaurierGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert StreetOttawa, Ontario, K1A0H2Canada
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__XS.B004.F31767.EBSU002.PDF | 002 | FR | 1 | |
ABES.PROD.PW__XS.B004.E31767.EBSU002.PDF | 002 | EN | 14 | |
ABES.PROD.PW__XS.B004.F31767.EBSU001.PDF | 001 | FR | 2 | |
ABES.PROD.PW__XS.B004.E31767.EBSU001.PDF | 001 | EN | 17 | |
ABES.PROD.PW__XS.B004.F31767.EBSU000.PDF | 000 | FR | 11 | |
ABES.PROD.PW__XS.B004.E31767.EBSU000.PDF | 000 | EN | 76 |
Access the Getting started page for details on how to bid, and more.