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

    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)

    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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Hinther, Clair
    Phone
    613-843-3806
    Email
    Clair.Hinther@rcmp-grc.gc.ca
    Address
    73 Leikin Drive
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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.

    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, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: