The following SA Holders have been invited to submit a proposal.
Aerotek ULC
Coradix Technology Consulting Ltd
Core Software Corp
Excel Human Resources
Group Alithya Inc/Alithya Group Inc.
I4C Information Technology Consulting Inc.
IBM Canada Ltd.
iFathom Corp, Simfront Simulation System Corporation, ING Engineering Inc., in JV Larus Technologies Corporation
Logic 2000 Incorporated, InRound Innovations Inc, Wilcom Systems Ltd, The Devon Group Ltd, Spearhead
Management Ltd, Epixus Inc, Protak Consulting Group Inc, JOINT VENTURE Procom Consultants Group Ltd.
Spearhead Management Canada
Systematix Solutions TI Inc/Systematix IT Solutions Inc.
The Halifax Group Inc.
Veritaaq Technology House Inc.
Zylog Systems (Ottawa) Ltd.
NOTE:
Only invited bidders can summit a proposal for this TBIPS
1.0 Description of the requirement:
Industry Canada requires the services of a Senior Oracle Database Administrator resource to ensure uninterrupted continuation of Industry Canada’s database operations.
2.0. SCOPE OF WORK / KEY ACTIVITIES One of the functions of the Database and Data Administration group of the CIO is to provide Database Administration services for a number of corporate applications on both the UNIX and Windows platforms and to act as virtual centre of expertise for Oracle products in Industry Canada. This consists of providing database administration for a number of Industry Canada’s corporate databases, as well as planning and coordinating product releases with all departmental Oracle users. The gro Collaboration guidelines, to examine the topic of the use of private security services to police, in Canada and in the UK, the USA, Australia and New Zealand.
Legislation, regulations and publicly available operational policies and procedures for businesses and institutions should also be reviewed, where relevant. For instance, reviewing Canadian provincial Police Acts will be required to respond to project objective 3.
The study shall exclude the examination of policing services provided through volunteerism or through civilianized staff or non-sworn officers (such as recruits or community safety officers) that are directly employed by a public institution providing policing services.
Quasi-public agencies, Crown agencies, or similar bodies that provide policing services (such as the Canadian Corps of Commissionaires or Canadian Air Transport Security Authority) are also excluded from the study.
2. Deliverables
• An updated work plan. • An updated approach and methodology. • A preliminary report. • A draft and final report. • An MS PowerPoint presentation that presents and summarizes the research findings.
• Biweekly status reports.
3. Period of Work
The period of the Contract is from date of contract award to August 1, 2015.
4. Evaluation Process and Selection Methodology
Basis of selection – Highest combined score of technical points (70%) and financial points (30%). Detailed in the RFP
5. Contracting Authority
Rachel Hull Contracting and Procurement Section Public Safety Canada 340 Laurier Avenue West, 1st Floor Mailroom Ottawa ON
K1A 0P9
Tel:
613-949-1048 Fax: 613-954-1871 Email: rachel.hull@ps-sp.gc.ca
The Contracting Authority is responsible for all matters of a contractual nature.
6. Enquiries – solicitation stage
All enquiries must be submitted in writing to the Contracting Authority no later than 5 calendar days before the bid closing date. Enquiries received after that time may not be answered.
Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.
It is the responsibility of the Bidder to obtain clarification of the requirements contained herein, if necessary, prior to submitting a bid.
A request for a time extension to the bid closing date will be considered provided it is received in writing by the PS Contracting Authority at least five (5) working days before the closing date shown on page 1 of this RFP document. The request, if granted, will be communicated by www.BuyandSell.gc.ca at least two (2) working days before the closing, showing the revised closing date.
The request, if rejected, will be directed to the originator at least three (3) working days before the closing date by the PS Contracting Authority.
7. Intellectual Property
Public Safety Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds:
Where the main purpose of the Crown Procurement Contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination.
8. Security
This requirement contains a security requirement.