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:

    1. A Hundred Answers Inc.
    2. Access Corporate Technologies Inc.
    3. Adecco Employment Services Limited/Services de placement Adecco Limited
    4. Axio Solutions Inc.
    5. Cistel Technology Inc.
    6. Eagle Professional Resources Inc.
    7. Eperformance Inc.
    8. Evolving Web Inc.
    9. IAN MARTIN LIMITED
    10. iFathom Corp, Simfront Simulation System Corporation, ING Engineering Inc., in JV
    11. Isheva Inc.
    12. Mindwire Systems Ltd.
    13. MNP LLP
    14. NATTIQ INC.
    15. Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
    16. S.I. SYSTEMS ULC
    17. Strategic Relationships Solutions Inc.
    18. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    19. TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
    20. TeraMach Technologies Inc.
    21. The VCAN Group Inc.
    22. Trillys Systems inc.
    23. Valcom Consulting group Inc.
    24. 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 West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Hull, Rachel
    Phone
    613-949-9912
    Email
    ps.contractunit-unitedecontrats.sp@canada.ca
    Address
    269 Laurier Avenue West
    Ottawa, ON, K1A 0P8
    CA

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Bidding details

    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.