TBIPS Tier 1 - Pardons and Record Suspension System (PARSS)

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 65 - Medical, Dental, and Veterinary Equipment and Supplies
  • D - Automatic Data Processing and Telecommunication Services
Opps ID: NBD17738934253274857
Posted Date: Apr 10, 2024
Due Date: Apr 29, 2024
Solicitation No: 21120-24-4598247
Source: Members Only

Description

Requirement Details

Tendering Procedure:        Selective Tendering

This requirement is open only to those TBIPS Supply Arrangement (SA) Holders who qualified under Tier 1 for services in the National Capital Region for the following category(ies).

Resource Requirements: See attached NPP for details

A.1. Application/Software Architect

A.6. Programmer/Software Developer

A.6. Programmer/Software Developer

A.6. Programmer/Software Developer

A.7. Programmer/Analyst

A.7. Programmer/Analyst

A.7. Programmer/Analyst

A.7 Programmer/ Analyst

I.5 Information Management Architect

The following SA Holders have been invited to submit a proposal:

1.        ADRM Technology Consulting Group Corp. and Randstad Interim Inc

2.        Cistel Technology Inc.

3.        Cofomo Inc.

4.        EXPERIS CANADA INC.

5.        Four Point Solutions Ltd.

6.        GSI International Consulting Inc.

7.        iFathom Corporation

8.        Maplestream Inc., Cofomo Inc. IN JOINT VENTURE

9.        Michael Wager Consulting Inc.

10.        Quallium Corporation

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

12.        TECSIS Corporation

13.        TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

14.        Vurtur Communications Group

15.        Zernam Enterprise Inc

Description of Work:

Correctional Services Canada (CSC), Information Management Services (IMS) team has a requirement for the replacement of the current Pardons and Record Suspension System (PARSS). It requires expertise related to Microsoft Dynamics 365, Microsoft Power Platform and all included components (including, but not limited to, Power Automate, Power BI, Power Pages, Power Virtual Agents and Dataverse) to replace PARSS. The replacement must also include accessible content and applications in compliance with the following:

a.        the EN 301 549 Accessibility Standard (which can be found on this page https://www.tbs-sct.canada.ca/pol/doc-eng.aspx?id=32620&section=html ); OR

b.        Web Content Accessibility Guidelines WCAG 2.0 AA or newer versions of WCAG (this is the current GoC standard for web content accessibility).

The scope includes but is not limited to:

a.        Replacing the current PARSS case management solution with modern technology:

b.        Implementing a public-facing portal to allow online application submission

-        Bidders must submit a bid for all resource categories

-        The work is currently not being performed by a contracted resource

Security Requirement:         Common PS SRCL #06 applies.

Minimum Corporate Security Required:        Designated Organization Screening (DOS)

Minimum Resource Security Required:         Enhanced Reliability

Contract Authority

Name:        Stéphanie Gigoux

Email Address: stephanie.gigoux@csc-scc.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

Show more description Show less description
Contract duration

The estimated contract period will be 24 month(s).

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:

  • None
Partner with another business

The functionality to add your company name to the list of interested businesses is temporarily unavailable.

This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >