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:
Digital Services and System Integration Services Emergency Response to COVID-19
SPECIAL NOTE REGARDING COVID-19:
This RFP is urgent and is raised to help with Canadas efforts to address the impacts of COVID-19.
Canada requests that bidders review the RFP carefully to ensure their bid meets all the requirements. This will assist Canada to complete the evaluations as efficiently as possible.
Due to the time constraints and the urgency of this requirement, there is a reduced bid period. Canada does not contemplate any RFP bid period extensions and is communicating this to help bidders prioritize and finalize bids, as appropriate.
Only TBIPS SA Holders holding a TBIPS SA for Tier 2 at the time of bid closing, in all required resource categories in this 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.
Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca
REQUIREMENT:
This bid solicitation is being issued to satisfy the requirement of Citizenship and Immigration Canada (CIC)] (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply.
This requirement is for the provision of Informatics professional services to rapidly develop and implement digital solutions and supporting technologies in response to the emergency situation created by COVID-19. The Contractor(s) will bring knowledge, capabilities, and experience to support CICs response to the COVID-19 situation.
CIC needs to act quickly to develop updated and new strategies; and processes and digital systems to cope with the rapid change it is undergoing. These include updating systems and processes for internal staff, partner organizations and re-thinking and re-designing how CIC provides its services to its clients within Canada and around the world, leveraging digital processes wherever possible thus minimizing the need for in-person interaction or paper-processes for the safety of CICs staff, our clients and community.
The following Resource Categories and Services are required on an as and when requested basis:
(a) Resource Categories:
P.1 Change Management Consultant (Levels 1,2,3); P.2 Enterprise Architect (Level 3); P.5 Project Executive (Level 3); P.8 Project Leader (Levels 2,3); P.9 Project Manager (Levels 2,3); A.1
Application/Software Architect (Levels 1,2,3); A.6 Programmer/Software Developer (Levels 1,2,3); A.11 Tester (Levels 1,2,3); I.5 Information Management Architect (Level 3); I.9 System Administrator (Level 2); I.11 Technology Architect (Levels 2,3); and B.3 Business Consultant (Levels 1,2,3);
(b) Services:
Develop Digital Intake Solutions; Develop and Implement Physical Distancing Required Digital Tools; Implement Robotic Process Automation (RPA); Analytics Solutions; Cybersecurity Strategy and Services; Legacy Integration Solutions; and Advisory Services.
It is intended to result in the award of up two contracts, each for one year plus four six-month irrevocable options allowing Canada to extend the term of the contracts.
CURRENT INCUMBENT: There is no incumbent for this requirement.
SUBMISSION OF BIDS:
BIDS MUST BE SUBMITTED ONLY TO THE PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC) BID RECEIVING UNIT VIA E-POST CONNECT. Note:
For bidders needing to register with epost Connect the email address is: tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca. Interested Bidders must register as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response).
Requests to open an epost Connect conversation received after that time may not be answered. Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect. Due to the nature of the bid solicitation, bids transmitted by facsimile or electronic mail to PWGSC will not be accepted. For additional information on the submission of bids using epost Connect, please refer to the RFP.
ACCESSIBLE PROCUREMENT:
Public Services and Procurement Canada (PSPC)s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate.
SECURITY REQUIREMENT:
There are security requirements associated with this requirement.
For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
ENQUIRIES:
All questions in relation to this solicitation must be sent via email to Carole Holden at carole.holden@tpsgc-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.