One (1) B.1 Business Analyst (Intermediate)
Security Requirement:
resource - Reliability
Document Safeguarding Protected B
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number:
F5211-160071
Solicitation Number:
PW-16-00723114
Organization Name:
Fisheries and Oceans Canada
Solicitation Date:
2016-02-16
Closing Date:
2016-03-07 02:00 PM Atlantic Standard Time AST
Anticipated Start Date:
2016-04-01
Estimated Delivery Date:
2017-03-31
Estimate Level of Effort:
180 days
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to two additional one-year periods
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT, Chile, Columbia, Panama, Peru
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
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 category:
Four (4) B.1 Level 3 Business Analysts
The following SA Holders have been invited to submit a proposal:
Description of Work:
The Government of Canada launched a transformation initiative that requires departments to align with the Treasury Board Secretariat’s (TBS) Application Portfolio Management Strategy and with the objectives of central and common services agencies for the management and governance of applications. In response, Fisheries and Oceans Canada (DFO) launched its Application Rationalization Initiative (ARI) to modernize, integrate and rationalize its applications. One of the guiding principles of ARI is to identify common programs and service requirements, standardize business processes and seek generic solutions that can be replicated and shared, where possible.
Rationalization projects within the EFM Systems Integration (EFM SI) portfolio provide an opportunity to look at ongoing programs and business needs, in order to streamline and standardize business processes and to develop standardized applications to serve common business functions, and in compliance with TBS and Shared Services Canada (SSC) standards.
EFM requires professional services to assist with implementation of rationalization projects within the EFM SI portfolio, including a review of Sector business and operational needs, business process standardization or re-engineering, and a rationalization of all supporting applications.
There is a requirement for the following resource category as qualified under the TBIPS Supply Arrangement:
B. 1 - Senior Business Analysts (BA), Level 3 - (4 resources) to define current state and target end state processes related to the Ecosystems and Fisheries Management Systems Integration projects.
Security Requirement: DFO SRCL applies
Minimum Corporate Security Required: Secret
Minimum Resource Security Required: Secret
Contract Authority
Name: Cathi Harris
Phone Number: 506-452-3639
Email Address: DFOtenders-soumissionsMPO@dfo-mpo.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”,
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number:
F5211-160071
Solicitation Number:
PW-16-00723114
Organization Name:
Fisheries and Oceans Canada
Solicitation Date:
2016-02-16
Closing Date:
2016-03-02 02:00 PM Astlantic Standard Time AST
Anticipated Start Date:
2016-04-01
Estimated Delivery Date:
2017-03-31
Estimate Level of Effort:
180 days
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to two additional one-year periods
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT, Chile, Columbia, Panama, Peru
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
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 category:
Four (4) B.1 Level 3 Business Analysts
The following SA Holders have been invited to submit a proposal:
Description of Work:
The Government of Canada launched a transformation initiative that requires departments to align with the Treasury Board Secretariat’s (TBS) Application Portfolio Management Strategy and with the objectives of central and common services agencies for the management and governance of applications. In response, Fisheries and Oceans Canada (DFO) launched its Application Rationalization Initiative (ARI) to modernize, integrate and rationalize its applications. One of the guiding principles of ARI is to identify common programs and service requirements, standardize business processes and seek generic solutions that can be replicated and shared, where possible.
Rationalization projects within the EFM Systems Integration (EFM SI) portfolio provide an opportunity to look at ongoing programs and business needs, in order to streamline and standardize business processes and to develop standardized applications to serve common business functions, and in compliance with TBS and Shared Services Canada (SSC) standards.
EFM requires professional services to assist with implementation of rationalization projects within the EFM SI portfolio, including a review of Sector business and operational needs, business process standardization or re-engineering, and a rationalization of all supporting applications.
There is a requirement for the following resource category as qualified under the TBIPS Supply Arrangement:
B. 1 - Senior Business Analysts (BA), Level 3 - (4 resources) to define current state and target end state processes related to the Ecosystems and Fisheries Management Systems Integration projects.
Security Requirement: DFO SRCL applies
Minimum Corporate Security Required: Secret
Minimum Resource Security Required: Secret
Contract Authority
Name: Cathi Harris
Phone Number: 506-452-3639
Email Address: DFOtenders-soumissionsMPO@dfo-mpo.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”,
TASK Based Professional Services (TSPS) Requirement
This requirement is for: Fisheries and Oceans Canada
This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under "Tier 1" (= $0 - $2M) for the following category: 2.2 Business Continuity Consultant
The following SA Holders have been invited to submit a proposal.
1. Adecco Employment Services Limited/Services de placement Adecco Limited
2. Belham PDS Inc.
3. Boeing Canada Operations Ltd.
4. Calian Ltd.
5. Colliers Project Leaders Inc., Tiree Facility Solutions Inc. in Joint Venture
6. DPRA Canada Incorporated
7. Eagle Professional Resources Inc.
8. Integra Networks Corporation
9. Interis Consulting Inc.
10. Lansdowne Technologies Inc.
11. Otus Strategic Financial Business Planning Group
12. Stratos Inc.
13. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
14. The Strategic Review Group Inc.
15. TRM Technologies Inc.
Description of the Requirement:
The Department of Fisheries and Oceans Canada has a requirement for one (1) 2.2 Business Continuity Consultant level 3 and one (1) 2.2 Business Continuity Consultant level 2.
Security Requirement:
N/A
Applicable Trade Agreements:
AIT, NAFTA, WTO-GPA
Proposed period of contract:
The proposed period of contract shall be from contract award to March 31, 2017 with two (2) additional six (6) month options.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 280 days.
File Number: F5211-160216
Contracting Authority: Hannah State
Phone Number: 506-452-3641
E-Mail: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca
NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a "Qualified SA Holder", please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number:
F5211-160072
Solicitation Number:
PW-16-00723748
Organization Name:
Fisheries and Oceans Canada
Solicitation Date:
2016-02-19
Closing Date:
2016-03-11 02:00 PM Atlantic Standard Time AST
Anticipated Start Date:
2016-04-01
Estimated Delivery Date:
2017-03-31
Estimate Level of Effort:
220 days
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to two additional one-year periods
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT, Chile, Columbia, Panama, Peru
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
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 category:
Three (3) B.7 Business Transformation Architects - Level 3
The following SA Holders have been invited to submit a proposal:
Description of Work:
The Government of Canada has launched an ambitious multi-year transformation initiative, which requires departments to create an inventory of all applications to be hosted by Shared Services Canada (SSC). The initiative requires departments to align with the Treasury Board Secretariat’s (TBS) Application Portfolio Management Strategy and with the objectives of central and common services agencies for the management and governance of applications.
In response, Fisheries and Oceans Canada (DFO) launched its Application Rationalization Initiative (ARI) to modernize, integrate and rationalize its applications. One of the guiding principles of ARI is to identify common programs and service requirements, standardize business processes and seek generic solutions that can be replicated and shared, where possible.
EFM requires professional services to assist with the Sector’s overall management and coordination of transformation activities for the EFM SI portfolio, and to guide and facilitate analysis, evaluation and definition of the end-state business architecture, at the portfolio level, and to ensure proper alignment with the information management and information technology architectures and requirements.
As a result, there is a requirement for the following resource category, as qualified under the TBIPS Supply Arrangement:
Security Requirement: DFO SRCL applies
Minimum Corporate Security Required: Secret
Minimum Resource Security Required: Secret
Contract Authority
Name:Cathi Harris
Phone Number: 506-452-3639
Email Address: DFOtenders-soumissionsMPO@dfo-mpo.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
OBJECTIVES OF THE REQUIREMENT
Fisheries and Oceans Canada requires up to 13 Standing Offers to carry out work associated with the First Nations Food, Social & Ceremonial (FSC) fishery and the Recreational fishery. Catch Monitoring activities are based throughout several geographical areas and includes multiple sites on the Fraser River and Thompson River watersheds within the British Columbia Interior (BCI) area. The Offeror and their resources (monitors) are required to carry out the work as described under the tasks section of the applicable Appendix based on project name and geographical location, and oversee the work to ensure it is performed properly and completely.
BACKGROUND
The Department of Fisheries and Oceans Canada (DFO) has a mandate to lead the federal role in managing Canada's fisheries and safeguarding its waters. DFO works with First Nations and stakeholders to manage the salmon harvest and ensure long-term conservation requirements are met. Reliable, timely, and accessible fisheries information is the foundation of sustainable management. Key pieces of information required for management include estimates of catch and effort and DFO requires fisheries Monitors to collect information to produce estimates of catch. Monitors interview fishers to collect harvest and release information and monitor fishing effort. Information is then forwarded to DFO.
PERIOD OF STANDING OFFER
The period for making call-ups against the Standing Offer is from Offer Award to March 31, 2018, with four (4) options to extend the Standing Offer, each for an additional one (1) year period.
PROCUREMENT STRATEGY FOR ABORIGINAL BUSINESS
This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, see Annex 9.4 of the Supply Manual.
This procurement is set aside from the international trade agreements under the provision each has for set-asides for small and minority businesses.
Further to Article 1802 of the Agreement on Internal Trade (AIT), AIT does not apply to this procurement.
SECURITY
There is no security requirement applicable to this Standing Offer.
MANDATORY REQUIREMENTS
Offers will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Offers must clearly demonstrate that they meet all Mandatory Requirements to be considered for further evaluation. Offers not meeting the mandatory criteria will be excluded from further consideration.
SELECTION METHOD
The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.
Enquiries regarding this RFSO requirement are to be submitted in writing to the following:
Morgan Marchand
A/Senior Contracting Officer
Materiel and Procurement Services
Fisheries and Oceans Canada
301 Bishop Drive
Fredericton (NB) E3C 2M6
Fisheries and Ocean Canada (DFO), Pacific Region, intends to establish a Standing Offer for a variety of salmon assessment services to be carried out within the South Coast Area of British Columbia, Canada. The south coast area includes Vancouver Island, Mainland Inlets and Sunshine Coast. The types of services that may be needed are described in detail below but could include snorkel surveys, biosampling, or mark recapture. The Standing Offer will be to provide services on an AS AND WHEN REQUESTED BASIS.
Standing offers are not a guarantee of business and Fisheries and Oceans Canada is not obligated to use these services. A Standing Offer will be for 1 year with an additional 2 option years at the discretion of Fisheries and Oceans Canada.
Fisheries and Ocean Canada (DFO), Pacific Region, intends to establish a Standing Offer for a variety of salmon habitat assessment services to be carried out within the South Coast Area of British Columbia, Canada. The south coast area includes Vancouver Island, Mainland Inlets and Sunshine Coast. The types of services that may be needed are described in detail below but could include river profiling, water quality testing, habitat mapping, impact assessment or Hydromet installation / maintenance. The Standing Offer will be to provide services on an AS AND WHEN REQUESTED BASIS.
Standing offers are not a guarantee of business and Fisheries and Oceans Canada is not obligated to use these services. A Standing Offer will be for 1 year with an additional 2 option years at the discretion of Fisheries and Oceans Canada.
Fisheries and Ocean Canada (DFO), Pacific Region, intends to establish a Standing Offer for a variety of salmon fisheries assessment services to be carried out within the South Coast Area of British Columbia, Canada. The south coast area includes Vancouver Island, Mainland Inlets and Sunshine Coast. The types of services that may be needed are described in detail below but could include interviewing to determine fishing activity profiles, catch per unit of effort (CPUE), mark rate and catch verification, fishery monitoring, effort counts, or biosampling in First Nation, commercial and / or recreational fisheries. The Standing Offer will be to provide services on an AS AND WHEN REQUESTED BASIS.
Standing offers are not a guarantee of business and Fisheries and Oceans Canada is not obligated to use these services. A Standing Offer will be for 1 year with an additional 2 option years at the discretion of Fisheries and Oceans Canada.
Title
Placing, Lifting/Removal, Maintaining and the Servicing of Buoys in the Atlantic South Region -Nova Scotia.
1.2 Standing Offer Period
Location Contracts expiring January 31, 2016
April 1, 2016 through to January 31, 2018 with the possibility of two (2) additional one (1) year option periods, at the discretion of Fisheries and Oceans Canada
Location Contracts expiring July 2, 2016
July 3, 2016 through to January 31, 2018 with the possibility of two (2) additional one (1) year option periods, at the discretion of Fisheries and Oceans Canada
Standing offers are not a guarantee of business and Fisheries and Oceans Canada is not obligated to use these services.
1.3 Introduction
DFO’s Canadian Coast Guard sector requires services related to the provision of placing, maintaining and lifting buoys through local contractors.
1.4 Objectives of the Requirement
The Canadian Coast Guard, Marine Navigation Services establishes aids to navigation that assist vessels to navigate safely through our waterways. The program benefits pleasure craft, fishing and commercial vessels, and ensures the public's right to navigate. Canadian Coast Guard (CCG) Marine Services (MS) is mandated to keep waters accessible by providing aids to navigation, developing waterways, and protecting navigable waters.
The Canadian Coast Guard is contracting out for the provision of placing, lifting/removal; maintaining and servicing of the following buoys as per the attached documents.
General Description of the Work:
Title
Placing, Lifting/Removal, Maintaining and the Servicing of Buoys in the Atlantic South Region -New Brunswick.
1.2 Standing Offer Period
Location Contracts expiring January 31, 2016
April 1, 2016 through to January 31, 2018 with the possibility of two (2) additional one (1) year option periods, at the discretion of Fisheries and Oceans Canada
Location Contracts expiring July 2, 2016
July 3, 2016 through to January 31, 2018 with the possibility of two (2) additional one (1) year option periods, at the discretion of Fisheries and Oceans Canada
Standing offers are not a guarantee of business and Fisheries and Oceans Canada is not obligated to use these services.
1.3 Introduction
DFO’s Canadian Coast Guard sector requires services related to the provision of placing, maintaining and lifting buoys through local contractors.
1.4 Objectives of the Requirement
The Canadian Coast Guard, Marine Navigation Services establishes aids to navigation that assist vessels to navigate safely through our waterways. The program benefits pleasure craft, fishing and commercial vessels, and ensures the public's right to navigate. Canadian Coast Guard (CCG) Marine Services (MS) is mandated to keep waters accessible by providing aids to navigation, developing waterways, and protecting navigable waters.
The Canadian Coast Guard is contracting out for the provision of placing, lifting/removal; maintaining and servicing of the following buoys as per the attached documents.
General Description of the Work: