Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address:
INFOR (CANADA), LTD. 250 Ferrand Drive Suite 1200 Toronto Ontario Canada M3C3G8 Nature of Requirements:
Infor product specialist with COBOL programing skills to work with Pay Solution Branch.
NEW***
AT ARTICLE 2
1. Advance Contract Award Notice (ACAN)
This ACAN is a public notice indicating to the supplier community that the Department of Public Service and Procurement Canada (PSPC) intends to award a contract for services to Infor, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in this ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to Infor.
2. Definition of Requirements
DELETE THE FOLLOWING
The Department of Public Service and Procurement Canada (PSPC) has a requirement for Infor to provide The Pay Solutions Branch (PSB) a COBOL Programmer/Analyst who possess in depth knowledge of the Infor products.
The resource will supply documentation and knowledge transfer of all functionality and all technical elements of the Royal Canadian Mounted Police (RCMP) member payroll system (MPS) to support the Licensee's E-Series application. The work will involve the following support to PSPC: creating documentation, provide programming updates and maintenance, technical support as needed to ensure maximum system availability with no downtime.
INSERT THE FOLLOWING
The Department of Public Service and Procurement Canada (PSPC) has a requirement for Infor to provide the Pay Solutions Branch (PSB) a COBOL Programmer/Analyst and a Project Manager who possess in depth knowledge of the Infor products.
The resources will supply documentation and knowledge transfer of all functionality and all technical elements of the Royal Canadian Mounted Police (RCMP) member payroll system (MPS) to support the Licensee's E-Series application. The work will involve the following support to PSPC: creating documentation, provide programming updates and maintenance, technical support as needed to ensure maximum system availability with no downtime. The Project Manager will assist with this endeavor and to be accountable for the successful and seamless delivery of Infor services to the Government of Canada (GoC).
3. Criteria for assessment of the Statement of Capabilities (Minimum
Essential Requirements)
COBOL Programmer/Analyst Level 3
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
Please note that extensive experience is 15+ years.
Extensive experience with the successful implementation and sustainability of the Infor E-Series eco-system - its processing, system flows and various structure. Extensive experience developing programs using COBOL programming language to customized the Infor E-Series Skeleton capability Extensive experience maintaining data communication interfaces (DCI) and customer information control system (CICS) Screens for Online Infor functionality Extensive experience with the utilization and administration of the Information Expert (I.E.) capability Extensive experience with the Infor knowledge bulletin Installation Support Manual (ISP) package and the successful implementation. Experience implementing a new organization by performing functions like: defining the new organizations system setup defining Position Headers of the new organization defining organization positions and details ensuring proper execution of the new organizations system setting-up extended product security Extensive experience with the proper knowledge and utilization of E-Series payroll transactions Extensive experience and the ability to populate and the manipulation of the mainframe major system files, tables and record layouts for the Infor E: Series suite of products.
Mainframe:
The resource must also have extensive experience in the following areas: Computer languages such as:
COBOL Assembler usage of a compiler and understanding of called modules for both languages (COBOL and Assembler
Customer information control system (CICS) screen processing Time sharing option (TSO) Interactive system productivity facility (ISPF) utilities and ISPF Dialog manager controlled by a CLIST IBM utilities such as IDCAMS and IEBUPDTE Experience with Virtual storage access method (VSAM) tables and files processing Experience diagnosing and making recommendations for Mainframe ABENDS and other types of incidents/problems which may occur.
Responsibilities could include but are not limited to the following:
Analyze and recommend options and implement alternatives for required changes to the COTS product necessitated by legislative and business requirements changes to the payroll of the members of the RCMP. Create, modify and sustain customized software code. Create, modify and sustain graphical user interfaces and reports. Gather and analyze data for the conduct of studies to establish the technical and economic feasibility of proposed computer systems for the development of functional and system design specifications. Create, design, document and implement all methods and procedures for the Members Pay System (MPS), and its dependent sub-systems. Develop, test, implement and document all customizations of the COTS product. Produce forms, manuals, programs, data files, and procedures for the MPS system. Develop and maintain MPS technical architecture documentation Develop and maintain MPS technical overview documentation Develop and maintain software build systems for MPS Use of command list (CLIST) ISPF Dialog Manager controlled by a CLIST Create all system documentation including data architecture and all system work flows. Evaluate existing procedures and methods to determine process and product improvements for the Members Pay System (MPS) for RCMP. Identify and document any major complex file content structures in the application. Trouble shoot and document root cause analysis of incidents and or problems which occur in the production and test environments of the Members Pay System (MPS). Define and document processes and interfaces of manual to automated operations within the Members Pay System (MPS), including subsystems to external systems and between new and existing systems. As a subject matter expert it is expected the resource will supply documentation and knowledge transfer of all functionality and all technical elements of the Members Pay System (MPS) with full time employees and/or contracted resources to the government of Canada.
4. Trade Agreements
This procurement is subject to the following trade agreement(s):
World Trade Organization - Agreement on Government Procurement (WTO-AGP) Canadian Free Trade Agreement (CFTA); Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP Canada-Chile Free Trade Agreement (CCFTA) Canada-Columbia Free trade Agreement (CCoFTA) Canada-Honduras Free Trade Agreement (CHFTA) Canada-Panama Free Trade Agreement (CPaFTA) Canada-Peru Free Trade Agreement (CPFTA) Canada-Korea Free Trade Agreement (CKFTA Canada-Ukraine Free Trade Agreement (CUFTA)
5. Justification for the Pre-Identified Supplier
The supplier mentioned in section 10 below is the only known supplier that meets the mandatory criteria set out in section 3 above. Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders.
6. Exception to the Government Contracts Regulations
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
6(d) only one person is capable of performing the work. The identified provider, Infor (Canada), Inc., is the only one able to meet all of the criteria identified in paragraph 3 above.
7. Ownership of Intellectual Property
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
8. Period of the Contract
The period of the contract will be from contract award date to July 30, 2021; including one (1) option year.
9. Estimated Cost
The estimated maximum value of the contract is $211,898.93 CAD inclusive.
Initial Contract Period $211,898.93 CAD Option Period #1 $211,898.93 CAD
10. Name and Address of the Proposed Contractor
Infor (Canada), Inc. 250 Ferrand Drive, suite 1200 Toronto, ON, M3C 3G8
11. Suppliers Right to Submit a Statement of Capabilities
Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, to the contact person identified in this Notice on or before the closing date and time of this Notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.
12. Closing Date
The closing date for a submission of a Statement of Capabilities is November 4, 2020 at 14:00 Eastern Standard Time.
Inquiries and statement of capabilities are to be directed to;
Name:
Alain Huot Address: 10 Rue Wellington
Gatineau, Québec K1A 0E4
Telephone:
819-665-7395 Email:
alain.huot@tpsgc-pwgsc.gc.ca
Delivery Date: Above-mentioned
You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.
However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.