TBIPS - Professional Services requirement
Solicitation number 21120-158459/B
Publication date
Closing date and time 2016/03/07 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: NOTICE OF PROPOSED PROCUREMENT (NPP) For TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) Requirement Details Tendering Procedure: Selective Tendering This requirement is open only to those TBIPS Supply Arrangement Holders who qualified underTier 2 for services in the National Capital Region for the following categories across three Workstreams (I, II and III): WORKSTREAM I - Business Applications Services A1: Application/Software Architect (CORE) Level 3 A1: Application/Software Architect Level 2 A1: Application/Software Architect Level 1 A2: ERP Functional Analyst (General) Level 3 A.3 ERP Programmer Analyst (Oracle) Level 3 A.3 ERP Programmer Analyst Customer Relationship Management (CRM) Level 3 A.4 ERP System Analyst (General) Level 3 A.5 ERP Technical Analyst (Oracle) (CORE) Level 3 A.5 ERP Technical Analyst (CRM) (CORE) Level 3 A.6 Programmer/Software Developer (CORE) Level 3 A.6 Programmer/Software Developer Level 2 A.6 Programmer/Software Developer Level 1 A.7 Programmer/Analyst (CORE) Level 3 A.7 Programmer/Analyst Level 2 A.7 Programmer/Analyst Level 1 A.14 WEB Developer Level 3 A.16 Web Multi-media Content Consultant Level 3 WORKSTREAM II: Project Management & IT Security Services P. 1 Change Management Consultant Level 3 P.2 Enterprise Architect (CORE) Level 3 P.2 Enterprise Architect Level 2 P.2 Enterprise Architect Level 1 P.4 Organizational Development Consultant (CORE) Level 3 P.5 Project Executive (CORE) Level 3 P.7 Project CoordinatorLevel 3 P.7 Project Coordinator Level 2 P.7 Project Coordinator Level 1 P. 9 Project Manager (CORE) Level 3 P. 9 Project Manager Level 2 P. 9 Project Manager Level 1 P.11 QA Specialist/Analyst Level 3 C.1 Strategic IT Security Consultant Level 3 C.2 IT Security Methodology, Policy and Procedures Analyst Level 3 C.3 IT Security TRA and C&A Analyst (CORE) Level 3 C.4 IT Security Product Evaluation Specialist Level 3 C.6 IT Security Engineer Level 3 C.11 IT Security VA Specialist Level 3 C.15Computer Forensics Specialist (CORE) Level 3 WORKSTREAM III: IMS Business Alignment B.1 Business Analyst (CORE) Level 3 B.1 Business Analyst Level 2 B.1 Business Analyst Level 1 B.2 Business Architect Level 3 B.3 Business Consultant (CORE) Level3 B.3 Business Consultant Level 2 B.3 Business Consultant Level 1 B.4 Business Continuity/ Disaster Recovery Specialist (CORE) Level 3 B.5 BPR Consultant (CORE) Level 3 B.6 Business System Analyst Level 3 B.6 Business System Analyst Level 2 B.6Business System Analyst Level 1 B.7 Business Transformation Architect (CORE) Level 3 B.10 Help Desk Specialist Level 3 B.10 Help Desk Specialist Level 2 B.10 Help Desk Specialist Level 1 B.13 Operations Support Specialist Level 3 B.13 OperationsSupport Specialist Level 2 B.13 Operations Support Specialist Level 1 B.14 Technical Writer Level 3 B.14 Technical Writer Level 2 B.14 Technical Writer Level 1 Description of Work: Correctional Services Canada requires informatics professionalservices to provide support on an as-and when requested basis with a divers set of mission critical and non-mission critical software applications and systems, to meet Information Management Services’ (IMS) business transformation initiative. Security Requirement: Common PS SRCL #06 applies Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Enhanced Reliability Contract Authority Name: Ana-Maria Barbu Phone Number: 819-956-6282 EmailAddress: Ana-Maria.Barbu@tpsgc-pwgsc.gc.ca Inquiries: Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. The solicitation document is included in buyandsell. All TBIPS SA Holders currently holdingaTBIPSSA for Tier 2 in the National Capital Area under the EN578-055605 series of SAs are eligible to submit a proposal. BIDDERS ARE ADVISED THAT BUYANDSELL.GC.CA IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the rightto negotiate with any supplier on any procurement. Documents may be submitted in either official language. 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
- Barbu, Ana-Maria
- Phone
- (819) 956-6282 ( )
- Address
-
11 Laurier St., / 11, rue Laurier
3C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.