TBIPS _ MS Dynamics CRM - Four resources
Solicitation number 1000189688
Publication date
Closing date and time 2017/06/16 14:00 EDT
Last amendment date
Description
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 under the Procurement Strategy for Aboriginal Business for the following category(ies):
Technology Architect – Level 3- Stream 3 - 1 resource
ERP System Analyst – Level 3 Stream 1 – 1 resource
ERP Programmer Analyst Level 2 Stream 1 - 2 resource
Bidders must submit a bid for all resource categories.
Similar services are currently being or have been performed by Dalian Enterprises under a Services contract value $75,000.00.
Under this new solicitation, evaluations will be conducted with fairness in accordance with the evaluation criteria and selection methodology defined in the RFP.
The following SA Holders have been invited to submit a proposal:
Bidder lists
1. A. Net Solutions
2. Access Corporate Technologies Inc.
3. Cailan Ltd
4. CSI Consulting Inc.
5. Dalian Entreprises and Coradix Technology Consulting, In joint venture
6. Etico Inc
7 Emerion
8. 14C Information Technology Consulting
9. IT Services Canada, ADGA Group Consultants Inc., In joint venture
10. Maplesoft Consulting Inc.
11. MDA Systems Ltd
12. NavPoint Consulting Group Inc
13. Northern Micro Inc.
14. Nexus
15. Prologic Systems Ltd
16. Promaxis Systems Inc and Holonics Inc., in joint venture
17 Renaps Technologies Canada Inc.
18. Modis Canada
Description of Work:
The Department of Indian Affairs and Northern Development (DIAND) has the primary, but not exclusive, responsibility for meeting the federal government’s constitutional, treaty, political, and legal responsibilities to First Nations, Inuit, and Northerners. Under this mandate, DIAND is responsible for the planning, design, implementation, and assessment of policies and the delivery of a variety of programs and services to First Nations, Inuit, and Northern peoples and communities.
DIAND has developed many systems to support programs and service delivery. In addition to the collection and analysis of data related to these programs and services, data has been used to provide reports to meet a multitude of internal and external purposes.
DIAND is responsible for configuring, developing, supporting, administering and providing quality assurance for a number of current and potential MS Dynamics CRM applications. As a result, DIAND requires one (1) Technology Architect Level 3, one (1) ERP System Analyst Level 3 for MS Dynamics CRM, and Two (2) ERP Programmer/Analysts Level 2 for MS Dynamics CRM to assist it on an “as and when required” basis.
Security Requirement: Common PS SRCL #06 applies
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Enhanced Reliability
RETURN BIDS TO:
Department of Indian Affairs and Northern Development Canada
c/o Heritage Canada
15 Eddy Street
2nd Floor Mailroom 2F1 (Heritage)
Gatineau, Quebec K1A 0M5
At 2:00 PM on June 6, 2017
Time Zone: Eastern Daylight Saving Time
Attention: Vera Olivier
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
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Aboriginal Affairs & Northern Development Canada
- Contracting authority
- Olivier, Vera
- Phone
- 819-934-6301
- Email
- vera.olivier@aandc-aadnc.gc.ca
- Address
-
10 Wellington StreetGatineau, QC, K1A 0H4CA
Buying organization(s)
- Organization
-
Aboriginal Affairs & Northern Development Canada
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.