This requirement is for: Canadian Radio-television and Telecommunications Commission
This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the National Capital region, level of expertise and for the following category:
• Category – T.6 Telecommunication System Specialist - Level 2
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal:
1. 49 Solutions Inc.
2. 9468269 Canada Corp.
3. ADGA Group Consultants Inc.
4. Adirondack Information Management Inc.
5. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
6. ADRM Technology Consulting Group Corp.
7. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
8. Akkodis Canada Inc.
9. Amyantek Inc
10. Calian Ltd.
11. Conoscenti Technologies Inc.
12. EMINENT SYSTEMS INC
13. EXPERIS CANADA INC.
14. Fleming Communications Inc.
15. GSI International Consulting Inc.
16. IBISKA Telecom Inc.
17. IBM Canada Limited/IBM Canada Limitee
18. LinHR Consulting Inc.
19. Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
20. MARKETBRIDGE TECHNOLOGIES, INC.
21. Maverin Business Services Inc.
22. Maverin Inc.
23. Messa Computing Inc.
24. Michael Wager Consulting Inc.
25. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
26. New Technologies Inc.
27. Newfound Recruiting Corporation
28. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
29. Onaki Creation S.E.N.C., IBISKA TELECOM INC., in Joint Venture
30. Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
31. Promaxis Systems Inc
32. Protak Consulting Group Inc.
33. Quallium Corporation
34. RAISE LIMITED
35. ROCK Networks Inc.
36. Rockwell Collins Canada Inc.
37. S.I. SYSTEMS ULC
38. Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
39. T.E.S. Contract Services INC.
40. Teambuilder Consulting Inc.
41. TEKSYSTEMS CANADA CORP./SOCIETE TEKSYSTEMS CANADA
42. The AIM Group Inc.
43. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Telephone Bell du Canada ou Bell Canada
44. TPG Technology Consulting Ltd.
45. TRM Technologies Inc.
46. Tundra Technical Solutions Inc
47. Valcom Consulting group Inc.
Description of the Requirement:
The Canadian Radio-television and Telecommunications Commission (CRTC) has a requirement for the services of Two (2) Intermediate Telecommunication System Specialists, to support in the following services:
• Evaluation of applications submitted to the CRTC Broadband Fund; and
• Assessment of Statements of Work (SOWs) for implementing broadband services.
• Assessment of operational deliverables including but not limited to Change Requests, Design documents, Final Implementation Reports, Holdback Reports, and Progress Reports.
This requirement is to provide the expertise for professional services on an “as and when required basis” for the services provided by Telecommunications System Specialists for various domains.
Security:
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Level of Security Requirement:
Security Requirement: Common PS SRCL 6 applies
Minimum Corporate Security Required: Designated organization screening (DOS)
Minimum Resource Security Required: Reliability
Document Safeguarding Security Level Required: N/A
Applicable Trade Agreements:
The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The proposed period of contract shall be from October 1, 2025, to September 30, 2027 with three (3) one-year optional extensions.
Estimated Level of Effort:
Year 1 – 162 days
Year 2 – 240 days
Year 3 – 240 days
Year 4 – 240 days
Year 5 – 240 days
Contracting Authority Information:
File Number: 26-0012
Contracting Authority: Charles Antoine Duquette
Phone Number: 873-353-9505
E-Mail: Approvisionnements-Procurements@crtc.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on a quarterly basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca