Task Authorizations: Develop and Support Solutions for "Microsoft Dynamics CRM 365"
Solicitation number 202002707
Publication date
Closing date and time 2020/01/03 14:00 EST
Description
Requirement Details
This requirement is open only to those TBIPS Supply Arrangement Holders Arrangement, EN578-170432, who qualified under Tier 1 for services in the National Capital Region for the following categories on as and when requested basis, as defined through Task Authorizations, to develop and support Microsoft Dynamics CRM 365 solutions.
- Level 3, Business Transformation Architect
- Level 3, Business Analyst
- Level 3, Programmer/ Analyst
Bidders must submit a bid for all resource categories.
The work is currently not being performed by a Contractor.
Number of Contracts to be awarded: One
This requirement is open only to the Tier 1 Supply Arrangement Holders under TBIPS Supply who are qualified for all of the categories:
- A Hundred Answers Inc.
- Access Corporate Technologies Inc.
- Adecco Employment Services Limited/Services de placement Adecco Limited
- Axio Solutions Inc.
- Cistel Technology Inc.
- Eagle Professional Resources Inc.
- Eperformance Inc.
- Evolving Web Inc.
- IAN MARTIN LIMITED
- iFathom Corp, Simfront Simulation System Corporation, ING Engineering Inc., in JV
- Isheva Inc.
- Mindwire Systems Ltd.
- MNP LLP
- NATTIQ INC.
- Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
- S.I. SYSTEMS ULC
- Strategic Relationships Solutions Inc.
- SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
- TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
- TeraMach Technologies Inc.
- The VCAN Group Inc.
- Trillys Systems inc.
- Valcom Consulting group Inc.
- Veritaaq Technology House Inc
Security
Security Requirement: Common PS SRCL #06 applies
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: Enhanced Reliability
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-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada
- Contracting authority
- Hull, Rachel
- Phone
- 613-949-9912
- Email
- ps.contractunit-unitedecontrats.sp@canada.ca
- Address
-
269 Laurier Avenue WestOttawa, ON, K1A 0P8CA
Buying organization(s)
- Organization
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada