Resource Information Management System 2 Maintenance and Support Services for Indigenous Services Canada
Solicitation number 1000248035
Publication date
Closing date and time 2023/04/03 14:00 EDT
Last amendment date
Description
TITLE
Resource Information Management System 2 Maintenance and Support Services for Indigenous Services Canada
BACKGROUND
Indian Oil and Gas Canada (IOGC) is an organization committed to managing and administering oil and gas resources on First Nation reserve lands. It is a special operating agency within the Lands and Economic Development Sector of Indigenous Services Canada (ISC ‘the Department’).
IOGC has a database system (Resource Information Management System 1– RIMS1) for administering the oil and natural gas activities conducted on First Nation reserve lands. RIMS1 is a mid-sized Oracle based application system that was developed in 1990 and continues to evolve as the business changes. The system serves as an integrated operational database for the Planning and Corporate Services, Lease and Royalty Administration, and Regulatory Compliance Directorates of IOGC.
The Resource Information Management System 2 (RIMS2) is currently in the final stages of being developed and is scheduled to go-live in Q3 of the fiscal year 2022-23. RIMS2 is IOGC’s updated royalty management system and will manage the complex information required to support royalty administration and calculation. It will include data exchange with RIMS1.
OBJECTIVE
IOGC undertakes some small systems maintenance and development internally but engages contractors to support and maintain the system and to design and develop any required change requests. IOGC has a requirement for IT professional services to assist in the support and maintenance of RIMS2 and design and development enhancements to address changing business needs within RIMS2.
SCOPE OF WORK
The Contractor will provide maintenance and support services, on an "as and when requested" basis, as detailed in Task Authorizations (TA) issued by the Technical Authority.
As and when requested may entail providing one or multiple resources simultaneously.
The Department follows an Agile methodology.
RESOURCES REQUIREMENTS
A.6 Programmer / Software Developer Level 2 & 3
A.7 Programmer Analyst Level 2
I.3. Database Analyst/Information Management Administrator Level 2
B.1 Business Analyst Level 3
B.5. Business Process Re-engineering Consultant Level 2
B.14 Technical Writer Level 2
P.9 Project Manager Level 3
P.11 Quality Assurance Specialist / Analyst Level 2
Duration of contract: 3 years + 2 option years
This process is only open to pre-qualified suppliers of PSPC's TBIPS tool
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)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Indigenous Services Canada
- Address
-
10 Wellington St.Gatineau, Quebec, K1A0H4Canada
- Contracting authority
- Paradis, Bruno
- Email
- bruno.paradis2@sac-isc.gc.ca
- Address
-
10 rue Wellington
Gatineaau QC
K1A 0H4
CA
Buying organization(s)
- Organization
-
Indigenous Services Canada
- Address
-
10 Wellington St.Gatineau, Quebec, K1A0H4Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.