CIC IM/IT/PM TBIPS OMNIBUS

Solicitation number B8289-100575/B

Publication date

Closing date and time 2012/04/12 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Amendment No. 002 is raised to revise the Notice of Proposed
    Procurement.
    
    At Closing Date:
    Delete: Eastern Standard Time EST
    Insert: Eastern Daylight Saving Time EDT
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    This requirement is set-aside for aboriginal suppliers only.
    
    This requirement is for:  Citizenship and Immigration Canada
    (CIC)
    
    CIC has a requirement for the following Generic (G) streams of
    categories:
    
    Stream G1 - Architecture and Integration;
    Stream G2 - Application Development; and
    Stream G4 - Project Management,
    
    The requirement for Stream G1 - Architecture and Integration is
    open only to those Supply Arrangement Holders currently holding
    a TBIPS SA for Tier 2 in the National Capital Region under the
    EN578-055605/D series of SAs for the following categories:
    
    A.1 Application/Software Architect, Level 2 and 3;
    A.2 ERP Functional Analyst, Level 2 and 3;
    A.3 ERP Programmer Analyst, Level 2 and 3;
    A.4 ERP System Analyst, Level 2;
    A.5 ERP Technical Analyst, Level 2;
    A.12 WEB Architect, Level 2 and 3;
    I.8 Storage Architect, Level 2;
    I.10 Technical Architect, Level 2;
    I.11 Technology Architect, Level 2;
    I.12 PKI Specialist, Level 2 and 3;
    I.14 Security Specialist, Level 2; and
    P.2 Enterprise Architect, Level 2 and 3.
    
    The following SA Holders have been invited to submit a proposal
    for Stream G1 -Architecture and Integration:
    
    1.	ADRM Technology Consulting Group Corp. (o/a ADRMTEC)
    2.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc. in Joint Venture (o/a Saphire Canada)
    3.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    4.	Donna Cona Inc.
    5.	Donna Cona Inc., IBM Canada Limited in Joint Venture
    
    The requirement for Stream G2 - Application Development is open
    only to those Supply Arrangement Holders currently holding a
    TBIPS SA for Tier 2 in the National Capital Region under the
    EN578-055605/D series of SAs for the following categories:
    
    A.6 Programmer/Software Developer, Level 2 and 3;
    A.7 Programmer Analyst, Level 2;
    A.8 System Analyst, Level 2 and 3;
    A.11 Tester, Level 2;
    A.13 WEB Designer, Level 2;
    A.14 WEB Developer, Level 2;
    A.15 WEB Graphics Designer, Level 2;
    A.16 WEB Multi-media Content Consultant, Level 2;
    I.1 Data Conversion Specialist, Level 2 and 3;
    1.4 Database Modeller/IM Modeller, 	Level 2;
    B.1 Business Analyst, Level 2 and 3;
    B.5 Business Process Re-engineering (BPR) Consultant, Level 2;
    B.8 Call Centre Consultant, Level 2 and 3;
    B.14 Technical Writer, Level 2; and
    P.11 Quality Assurance Specialist/Analyst, Level 2 and 3.
    
    The following SA Holders have been invited to submit a proposal
    for Stream G2 - Application Development:
    
    1.	ADRM Technology Consulting Group Corp. (o/a ADRMTEC)
    2.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc. in Joint Venture (o/a Saphire Canada)
    3.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    4.	Donna Cona Inc.
    5.	Donna Cona Inc., IBM Canada Limited in Joint Venture
    6.	Nisha Technologies Inc., Contract Community Inc., in Joint
    Venture
    7.	Turtle Technologies Inc.
    
    The requirement for Stream G4 - Project Management is open only
    to those Supply Arrangement Holders currently holding a TBIPS SA
    for Tier 2 in the National Capital Region under the
    EN578-055605/D series of SAs for the following categories:
    
    B.3 Business Consultant, Level 2;
    P.1 Change Management Consultant, Level 2 and 3;
    P.4 Organizational Development Consultant, Level 2;
    P.5 Project Executive, Level 3;
    P.6 Project Administrator, Level 2;
    P.8 Project Leader, Level 2;
    P.9 Project Manager, Level 2 and 3;
    P.10 Project Scheduler, Level 2 and 3; and
    P.12 Risk Management Specialist, Level 3.
    
    The following SA Holders have been invited to submit a proposal
    for Stream G4 - Project Management:
    
    1.	ADRM Technology Consulting Group Corp. (o/a ADRMTEC)
    2.	ADRM Technology Consulting Group Corp. and Randstad Interim
    Inc in Joint Venture (o/a Saphire Canada)
    3.	Dalian Enterprises and Coradix Technology Consulting, in
    Joint Venture
    4.	Donna Cona Inc.
    5.	Donna Cona Inc., IBM Canada Limited in Joint Venture
    6.	Nisha Technologies Inc.
    7.	Nisha Technologies Inc., Contract Community Inc., in Joint
    Venture
    8.	Turtle Technologies Inc.
    
    Description of the requirement:
    
    CIC has a requirement for informatics professional services on
    an "as-and-when-requested" basis involving a broad range of
    resource categories to provide Information Management (IM),
    Information Technology (IT), and Project Management (PM) support
    services.
    
    It is anticipated that up to two contracts for each Stream will
    be awarded to meet this requirement.
    
    Proposed period of contract:
    
    The contract period will be for three years from the date of
    contract with an irrevocable option to extend the contract
    period for up to two additional one-year periods.
    
    File Number:  B8289-100575/A
    Contracting Authority:  Gail Cook
    Phone Number:  819-956-2591
    Fax Number:  819-956-1207
    E-Mail:  gail.cook@tpsgc-pwgsc.gc.ca
    
    
    NOTE: Task-Based Informatics Professional Services (TBIPS)
    Method of Supply is refreshed on an annual basis.  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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Cook, Gail
    Phone
    (819) 956-2591 ( )
    Fax
    (819) 956-1207
    Address
    11 Laurier St., / 11, rue Laurier
    3C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Citizenship and Immigration 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.

    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)
    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: