SharePoint Professional Services
Solicitation number 201800780
Publication date
Closing date and time 2017/12/15 14:00 EST
Last amendment date
Description
GSIN: D302A
Reference Number:
201800780
Solicitation Number:
201800780
Organization Name:
Royal Canadian Mounted Police – Procurement & Contracting
Solicitation Date:
2017-11-03
Closing Date:
2017-12-15 02:00 PM Eastern Standard Time EST
Anticipated Start Date:
2018-03-01
Estimated Delivery Date:
2018-03-01
Estimate Level of Effort:
90 days per resource
Contract Duration:
The contract period will be for one (1) year from the date of contract with an irrevocable option to extend it for up to three additional one-year periods
Solicitation Method:
Selective
Applicable Trade Agreements:
WTO-AGP, NAFTA, CFTA, CCFTA, CPFTA, CAN-COLFTA, Canada-Panama FTA, CKFTA, Canada-Honduras FTA,
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
1
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 for the following categories:
One (1) Level 2 Application/Software Architect
One (1) Level 1 Programmer Analyst
One (1) Level 1 Software Developer
One (1) Level 2 System Administrator
The following SA Holders have been invited to submit a proposal:
Bridgepath Consulting Inc.
CGI Information Systems and Management Consultants Inc.
CM Inc.
Digitalembrace Inc.
Equasion Business Technologies Consulting Inc.
Helix Management Consulting Services Inc.
Lajak Technologies Inc. – 7140428 Canada Incorporated – 1786052 Ontario Inc. In Joint Venture
Microsoft Canada Inc.
Newfound Recruiting Corporation
Nexus Systems Group Inc.
ONIX Networking Canada Inc.
Paralucent Inc.
Promaxis Systems Inc.
TeraMach Technologies Inc.
Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture
Alithya Group Inc.
Excel Human Resources Inc.
MaxSys Staffing & Consulting Inc.
MDOS Consulting Inc.
MSI Corp
Orangutech Inc.
Softsim Technologies
Coradix Technology Consulting Ltd.
Robertson & Company Inc.
The VCAN Group Inc.
Accenture Inc.
Eperformance Inc.
Emerion
Zernam Enterprise Inc.
Altruistic Informatics Consulting Inc.
Pricewaterhouse Coopers LLP
ADRM Technology Consulting Group Corp.
Precision IT Inc.
Mindwire Systems Ltd.
Calian Ltd.
Eminent System Inc.
Michael Wager Consulting Inc. (MWCO)
Procom Consultants Group Inc.
Leo-Pisces Services Group Inc.
Tundra Technical Solutions.
Description of Work:
The Federal Policing Program of the RCMP has a requirement for a Level 2 Applications/Software Architect, a Level 2 System Administrator, a Level 1 Application / Programmer Analyst and a Level 1 Software Developer. Services are to be provided on an “as and when requested basis” through the issuance of Task Authorizations.
- Bidders must submit a bid for all resource categories
- The work is currently not being performed by a contracted resource
Security Requirement: RCMP enhanced reliability
Minimum Corporate Security Required: N/A
Minimum Resource Security Required: RCMP enhanced reliability
Contract Authority
Name: Clair Hinther
Phone Number: 613-843-3806
Email Address: clair.hinther@rcmp-grc.gc.ca
- The RCMP has published its National Procurement Plan. For further information please see link: http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan
- La GRC a publié son Plan national d'acquisition. Pour plus d'informations voir le lien: http://www.rcmp-grc.gc.ca/fr/plan-national-dapprovisionnement-grc
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)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
- Contracting authority
- Hinther, Clair
- Phone
- 613-843-3806
- Email
- Clair.Hinther@rcmp-grc.gc.ca
- Address
-
73 Leikin DriveOttawa, ON, K1A 0R2CA
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.