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 – G.2 Geomatic 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. 1019837 Ontario Inc.
2. 7 Theta Inc
3. 8513929 Canada Inc., GOGEOMATICS INC., in Joint Venture
4. 9468269 Canada Corp.
5. Accenture Inc.
6. Adecco Employment Services Limited/Services de placement Adecco Limited
7. ADGA Group Consultants Inc.
8. Adirondack Information Management Inc.
9. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
10. Akkodis Canada Inc.
11. Alika Internet Technologies Inc.
12. Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
13. Altis Recruitment & Technology Inc.
14. Amyantek Inc
15. ARTEMP PERSONNEL SERVICES INC
16. C-CORE
17. CGI Information Systems and Management Consultants Inc.
18. Cofomo Inc.
19. Compass Analytics Services Inc.
20. Compusult Limited
21. CVL INFORMATION SOLUTIONS INC.
22. Deloitte Inc.
23. DLS Technology Corporation
24. DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
25. eNet4S Software Solutions Ltd., Entaros Inc. IN JOINT VENTURE
26. ESRI Canada Limited
27. EXPERIS CANADA INC.
28. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
29. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
30. General Dynamics Land Systems - Canada Corporation
31. Green PI Inc
32. GSI International Consulting Inc.
33. H2 ANALYTICS INC.
34. Holonics Inc.
35. IBM Canada Limited/IBM Canada Limitee
36. IIC Technologies Inc.
37. INDIXIO INC.
38. INTERGRAPH CANADA ULC.
39. IT/Net - Ottawa Inc.
40. Kongsberg Geospatial Ltd.
41. KPMG LLP
42. LE GROUPE SYGIF INC.
43. Lim Geomatics Inc.
44. Malarsoft Technology Corporation
45. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
46. Maverin Business Services Inc.
47. Maverin Inc.
48. MaxSys Staffing & Consulting Inc.
49. MGIS Inc.
50. MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
51. Michael Wager Consulting Inc.
52. MRF Geosystems Corporation
53. New Technologies Inc.
54. Newfound Recruiting Corporation
55. NTT DATA CANADA, INC.
56. Pacific Geomatics Limited
57. Pricewaterhouse Coopers LLP
58. Procom Consultants Group Ltd.
59. Prologic Systems Ltd.
60. Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
61. Promaxis Systems Inc. and Holonics Inc. IN JOINT VENTURE Protak Consulting Group Inc.
62. QSP Geographics Inc.
63. Refractions Research Inc
64. Reticle Ventures Canada Incorporated
65. S.I. SYSTEMS ULC
66. SoftSim Technologies Inc.
67. Solutions Consortech Inc.
68. Solutions Moerae Inc
69. Stantec Consulting Ltd.
70. T.E.S. Contract Services INC.
71. TAG HR The Associates Group Inc.
72. Teambuilder Consulting Inc.
73. TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
74. TECSIS Corporation
75. The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Telephone Bell du Canada ou Bell Canada
76. Trailmark Systems Inc.
77. TRM Technologies Inc.
78. Tundra Technical Solutions Inc
79. Turtle Technologies Inc.
80. VERSATIL BPI INC, SOLUTIONSTAT, CONSULTATION ET FORMATION EN STATISTIQUE INC. , in joint venture
81. WSP CANADA INC.
Description of the Requirement:
The Canadian Radio-television and Telecommunications Commission (CRTC) has a requirement for the services of Two (2) Intermediate Geomatic Specialists, to support in the following services:
• Evaluation of applications submitted to the CRTC Broadband Fund; and
• Evaluation of Facilities Survey submissions from Telecommunications Service Providers (TSPs).
• 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 Geomatics 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 – 222 days
Year 2 – 250 days
Year 3 – 410 days
Year 4 – 370 days
Year 5 – 368 days
Contracting Authority Information:
File Number: 26-0011
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