SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Saturday, June 21 from 2:00 pm until 11:59 pm (EDT) 

7 Workstreams

Solicitation number T8086-172450/A

Publication date

Closing date and time 2019/05/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    Task-Based Informatics Professional Services (TBIPS) Requirement
    
    Solicitation Number: T8086-172450/A
    Contracting Authority: Carole Holden
    Organization Name: PWGSC/PSPD
    Phone Number: 613-858-9217
    E-Mail: carole.holden@tpsgc-pwgsc.gc.ca
    
    This requirement is for: Transport Canada (TC)
    
    Only TBIPS Supply Arrangement (SA) Holders currently holding a TBIPS SA for Tier 2, in all required resource categories of a given Workstream in this bid solicitation, and in the National Capital Region under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation.
    
    Bidders do not have to submit a bid for each Workstream. In the event that a Bidder wants to bid on more than one Workstream, a separate technical bid should be submitted for each Workstream. 
    
    
    Description of the requirement:
    
    Transport Canada requires Informatics Professional Services for the following Workstreams and resource categories. The Contractor will provide the services on an ‘as and when requested’ basis. All requirements will be authorized through Task Authorizations issued in accordance with the Contract.
    
    Workstream 1 - Application Services: 
    A.7 Programmer/Analyst (Level 2 and Level 3); and A.11 Tester (Level 3).
    
    Workstream 2 - Project Management Services: 
    P.9 Project Manager (Level 3).    
    
    Workstream 3 - Cyber Protection Services: 
    C.3 IT Security TRA and C&A Analyst (Level 3); and C.7 IT Security Design Specialist (Level 3). 
     
    Workstream 4 - IM/IT Services: 
    I.3 Data Analyst/IM Administrator (Level 3); I.6 Network Analyst (Level 2 and Level 3); and I.11 Technology Architect (Level 3).
    
    Workstream 5 - Business Services: 
    B.1 Business Analyst (Level 3); B.4 Business Continuity/Disaster Recovery Specialist (Level 2 and Level 3); B.10 Help Desk Specialist (Level 2 and Level 3); and B.14 Technical Writer (Level 3).
    
    Workstream 6 - CRM and UX Services: 
    A.7 Programmer/Analyst (CRM) (Level 3); A.12 Web Architect (UX) (Level 3); A.13 Web Designer (UX) (Level 3); and B.1 Business Analyst (UX) (Level 3).  
    
    Workstream 7 - Business Intelligence (BI) and Data Analytics Services: 
    A.7 Programmer Analyst (BI & Data Analytics) (Level 3); 
    and A.1 Application/Software Architect (BI & Data Analytics) (Level 3).  
    
    
    Anticipated Start Date:
    
    July 2019
    
    
    Security Requirement:
    
    SRCL: Common PS SRCL #19
    Bidder Minimum Security Level Required: SECRET
    Resource Minimum Security Level Required: RELIABILITY
    
    
    Number and proposed period of contract(s):
    
    It is intended to result in the award of up to two contracts in each of seven Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for 3 years plus 2 one-year irrevocable options allowing Canada to extend the term of the contract. 
    
    
    Incumbents:
    
    There are no incumbents for this requirement 
    
    
    Important Notice to Bidders:
    
    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
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation for bid submission.
    
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Holden, Carole
    Phone
    (613) 858-9217 ( )
    Email
    carole.holden@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4ième
    étage/Floor
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    020 FR 7
    020 EN 72
    019 FR 5
    019 EN 46
    018 FR 5
    018 EN 42
    017 FR 4
    017 EN 55
    016 FR 4
    015 FR 5
    016 EN 46
    015 EN 35
    014 FR 6
    014 EN 52
    013 FR 2
    013 EN 55
    012 FR 6
    012 EN 58
    011 FR 5
    011 EN 61
    010 FR 4
    010 EN 66
    009 FR 6
    009 EN 63
    008 FR 8
    008 EN 72
    007 FR 6
    007 EN 69
    006 FR 9
    006 EN 60
    005 FR 8
    005 EN 64
    004 FR 4
    004 EN 58
    003 FR 8
    002 FR 8
    002 EN 64
    003 EN 68
    001 FR 3
    001 EN 80
    000 FR 23
    000 EN 278

    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
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: