TSPS 2.5 - Business Process Consultant (Senior) - SAP Security

Status Awarded

Contract number W0152-23-AA067

Solicitation number W0152-23-AA067

Publication date

Contract award date


    Description

    This contract was awarded to:

    OpenFrame Technologies, Inc.

    TASK Based Professional Services (TSPS) Requirement

    Please note that the TSPS NPP MUST be published simultaneously with the issuance of the invitation to suppliers.

    This requirement is for: Department of National Defence

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 for the following category:

    2.5 - Business Process Consultant (Senior)

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

    4165047 Canada Inc.

    Cache Computer Consulting Corp.

    Cofomo Ottawa

    Excel Human Resources Inc.

    Fiscal Realities Economists Ltd.

    GEF Consulting Inc.

    NATTIQ Inc, Vision XRM Inc. XRM Vision Inc , in Joint Venture

    OpenFrame Technologies, Inc.

    Optimus SBR Inc.

    Orbis Risk Consulting Inc., Okwaho Management Resources Inc., IN JOINT VENTURE

    Pricewaterhouse Coopers LLP

    Risk Sciences International Inc.

    S.I. SYSTEMS ULC

    Solutions Moerae Inc

    TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture

    Description of the Requirement:

    DND has a requirement for Task Based Professional Services, specifically one (1) Business Process Consultant (Level 3). 

    The Department of National Defence (DND) is seeking the professional services of a SAP Security Business Process Consultant to build a resilient Defence Resource Management Information System (DRMIS) Access Control framework and a unified Roles and Authorizations (R&A) strategy by integrating a Governance Risk and Compliance (GRC) Access Control solution to address access risks in the DRMIS landscape, in compliance with Government of Canada, Department of Financial Controls (DFC) and DND/CAF policies and procedures and to support all business transformation initiatives. 

    Level of Security Requirement:

    Company Minimum Security Level Required: Reliability

    Special comments: Common SRCL #6

    Trade Agreements:

    Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canadian Free Trade Agreement (CFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Korea Free Trade Agreement (CKFTA).

    Proposed Period of Contract:

    The period of the Contract is from date of contract award to October 31st, 2023 with One (1) six (6) month option period

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 240 (days), plus One optional period of 100 (days).

    File Number: W0152-23-AA067

    Contracting Authority: Caleb Wallace

    E-Mail: ADMFinProcurement-ApprovisionnementSMAFin@forces.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

    Business address
    3535 St. Charles Blvd., Suite 201
    Montreal, QC, H9H 5B9
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019F - Consulting Services
    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Wallace, Caleb
    Address
    60 Moodie Drive
    Ottawa, ON,
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Date modified: