IT professional services for the Data and Analytics Program.

Solicitation number 24-251699

Publication date

Closing date and time 2024/03/01 16:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    For
    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
    GSIN: R019 Other Professional Services
    Reference Number: 24-251699 Solicitation Number: 24-251699
    Organization Name: Department of foreign Affairs, Trade and Development
    Solicitation Date: 2024-02-15 Closing Date: 2024-03-01 04:00 PM Eastern Daylight Saving Time EDT

    Anticipated Start Date: 2024-04-01
    Estimated Delivery Date: 2024-04-01 Estimate Level of Effort:

    Up to three hundred and seventy-eight (378) Days

    Contract Duration:

    DFATD intends to award one (1) contracts for a period of three (3) years from the date of contract award.
    Solicitation Method: Competitive
    Comprehensive Land Claim Agreement Applies: No Number of Contracts: One (1)

    Procurement Strategy for Indigenous Business (PSIB).
    This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples or for set-asides for small and minority businesses.
    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:
    B.1 Business Analyst
    I.7. Platform Analyst (Data Engineer)
    I.5. Information Architect (Data Scientist)
    A.6. Programmer/Software Developer (Cloud App Development)
    I.9. System Administrator (Cloud App Maintenance and Support)

    The following SA Holders have been invited to submit a proposal:
    • ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE

    • ADRM Technology Consulting Group Corp.

    • ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    • Alika Internet Technologies Inc.

    • Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    • Donna Cona Inc.

    • DONNA CONNA INC., IBM CANADA LIMITED IN JOINT VENTURE

    • Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    • Malarsoft Technology Corporation

    • Maplestream Inc., Cofomo Inc. IN JOINT VENTURE

    • Maverin Inc.

    • NATTIQ INC.

    • Nisha Technologies Inc.

    • Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture

    • Turtle Technologies Inc.

    Description of Work:
    IT professional services for the Data and Analytics Program.

    Incumbent Information:
    DonnaConna

    Security Requirement: Common PS SRCL applies
    Minimum Corporate Security Required: SECRET
    Minimum Resource Security Required: SECRET
    Document Safeguarding Required: No
    Controlled Goods Requirement: No
    Contract Authority
    Name: Houssam.hannat
    Phone Number: N/A
    Email Address: houssam.hannat@international.gc.ca
    Inquiries
    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: 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

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2024/04/01.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras 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-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Goods Purchased on a Commodity Market
    Contact information

    Contracting organization

    Organization
    Global Affairs Canada
    Address

    200 Promenade du portage G,

    Gatineau, Quebec, K1A 0G4
    Canada
    Contracting authority
    Houssam Hannat
    Phone
    (343) 203-5473
    Email
    houssam.hannat@international.gc.ca
    Address

    200 Promenade du portage G,

    Gatineau, Quebec, K1A 0G4
    Canada
    Bidding details

    Summary information

    Notice type
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price