3 SharePoint Online Developers

Solicitation number W6952 25 0001

Publication date

Closing date and time 2024/05/03 14:00 EDT


    Description

    Task-based Informatics Professional Services (TBIPS) Requirement

    This requirement is for: DND/Digital Transformation Office (DTO)

    This requirement is open only to those Supply Arrangement Holders under EN578-170432/B who qualify under the following stream(s):
    a) Stream 1: Applications Services
    b) Category: A.6 Programmer/Developer
    c) Level of Expertise: Level 3

    This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.

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

    1. ACOSYS CONSULTING SERVICES INC., AND PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    2. Alika Internet Technologies Inc.
    3. Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
    4. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    5. Team Maplestream-Cofomo
    6. Maverin Inc.
    7. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    8. NATTIQ INC.
    9. Nisha Technologies Inc.
    10. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    11. Prologic Systems Ltd.
    12. SEASI Consulting Inc.
    13. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    14. Innovation Seven Inc. & Quarry Consulting Inc.
    15. Turtle Island Staffing Inc.

    Description of the Requirement:

    This requirement is:

    The resources will assist with configuration and development of the D365 environment for SPO and the compliance and security center. The requirement will ensure M365 and Azure components are well identified, configured and implemented, and to provide assistance on in-house development and consideration of third party tools. Configurations and development will need to be released in preproduction, tested and documented before being release to production.

    The contract is envisioned to be approximately 5 months.

    for the services of:

    Three (3) Programmer/Developer – Level 3

    Level of Security Requirement:

    Company Minimum Security: secret
    Resource Minimum Security secret

    Proposed period of contract:

    The proposed period of contract shall be from: June 1st 2024 – October 31st 2024

    Estimated Level of Effort:

    The estimated level of effort of the contract will be for 100 working days for each resource.

    File Number: W6952-25-0001
    Contracting Authority: Liam O’Toole
    E-Mail: liam.o’toole@forces.gc.ca

    Contract duration

    The estimated contract period will be 5 month(s), with a proposed start date of 2024/06/01.

    Trade agreements

    • Canada-Korea Free Trade Agreement (CKFTA)

    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.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address

    60 Moodie Drive

    Ottawa, Ontario, K2H 8G1
    Canada
    Contracting authority
    Liam O'Toole
    Phone
    613794822
    Email
    liam.o'toole@forces.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Ottawa
    Contract duration
    5 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: