NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1 and under the stated consultant category, National Capital Region and level of expertise for the following category:
Stream 6: Cyber Protection Services
C. 16 Privacy Impact Assessment Specialist
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal:
01 Millennium Consulting Inc.
10947482 Canada Inc.
2iSolutions Inc.
4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE
49 Solutions Inc.
7 Theta Inc
7792395 Canada Inc.
9468269 Canada Corp.
A.T. Consulting and Recruiting Inc.
Accenture Inc.
ADGA Group Consultants Inc.
Adirondack Information Management Inc.
Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
ADRM Technology Consulting Group Corp. and Randstad Interim Inc
Agile Biztech Inc.
Akkodis Canada Inc.
Aligned Si Corp
Alika Internet Technologies Inc.
Alika Internet Technologies Inc., LNine Consulting Inc. in Joint Venture
ALITHYA CANADA INC
Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture
Altis Recruitment & Technology Inc.
ALTRUISTIC INFORMATICS CONSULTING INC.
Amazon Web Services Canada, Inc.
Amyantek Inc
Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
Archipelago Alliance Inc.
ARCTIQ CANADA INC.
Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE
BDO Canada LLP
Blackberry Limited
BoonBridge Corporation
Breckenhill Inc.
BRYCA Solutions Inc., SERVER CLOUD CANADA INC., 2657319 ONTARIO INC., in Joint Venture
C3SA CYBERNETIC SECURITY AUDIT INC.
Calian Ltd.
CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE
CGI Information Systems and Management Consultants Inc.
Cistel Technology Inc.
Cofomo Inc.
COMPUTACENTER CANADA INC.
Contract Community Inc.
CorGTA Inc.
CSI Consulting Inc.
CSI CONSULTING INC., SABYTEL TECHNOLOGIES INC. IN JOINT VENTURE
Cyderes Inc.
Deloitte Inc.
DLS Technology Corporation
DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV
Donna Cona Inc.
DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
DWP Solutions Inc.
Eagle Professional Resources Inc.
EMINENT SYSTEMS INC.
Ernst & Young LLP
eVision Inc., SoftSim Technologies Inc. in Joint Venture
EXPERIS CANADA INC.
Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
Fifalde Consulting Inc.
General Dynamics Land Systems – Canada Corporation
GSI International Consulting Inc.
I.M.P. Group Limited
I4C INFORMATION TECHNOLOGY CONSULTING INC
IBISKA Telecom Inc.
IBM Canada Limited/IBM Canada Limitée
iFathom Corporation
Infosys Public Services Inc
Innobec and MDOS in JV
Integra Networks Corporation
IPSS INC.
IT/NET OTTAWA INC, KPMG LLP, in joint venture
Juno Risk Solutions Incorporated
Kirke Management Consulting Inc.
KPMG LLP
Kyndryl Canada Limited; ISM Information Systems Management Corporation IN JOINT VENTURE
Les Enterprises Norleaf Networks Inc.
Leverage Technology Resources Inc.
Levio Conseils Inc.
LNine Consulting Inc.
Magnari Inc
MAKWA Resourcing Inc.
Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
Malarsoft Technology Corporation
MALARSOFT TECHNOLOGY CORPORATION, CISTEL TECHNOLOGY INC., COMPUTACENTER CANADA INC. IN JOINT VENTURE
Maplesoft Consulting Inc.
Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
Mara Consulting Inc
Maverin Business Services Inc.
Maverin Inc.
MaxSys Staffing & Consulting Inc.
MDOS CONSULTING INC.
MGIS Inc.
MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE
Michael Wager Consulting Inc.
MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
NavPoint Consulting Group Inc.
Newfound Recruiting Corporation
NRNS Incorporated
NTT DATA CANADA, INC.
OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
OXARO INC.
Parabellyx Corporation
PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE
Pricewaterhouse Coopers LLP
Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
Protak Consulting Group Inc.
PureLogic IT Solutions Inc
QA CONSULTANTS INC.
Quallium Corporation
Quarry Consulting Inc.
Randstad Interim Inc.
RHEA INC.
RHEA INC., I4C INFORMATION TECHNOLOGY CONSULTING INC., in Joint Venture
S.I. SYSTEMS ULC
Sabytel Technologies Inc.
Samson & Associés CPA/Consultation Inc
SAPPER LABS INC., ELECTRONIC WARFARE ASSOCIATES - CANADA, LTD, in joint venture
Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
Solana Networks INC.
Solutions Moerae Inc
Spaghetti Logic Inc.
Sphyrna Security Incorporated
Stantec Consulting Ltd.
SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
SYSTEMATIX IT SOLUTIONS INC., SYSTEMATIX TECHNOLOGIES DE L'INFORMATION INC., LES SERVICES CONSEILS SYSTEMATIX INC., SYSTEMATIX TECHNOLOGY CONSULTANTS INC., in Joint Venture
T.E.S. Contract Services INC.
T.I.7 INC., Quarry Consulting Inc., in joint venture
Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
TECH4SOFT INC., Expertise Technology Consulting Inc., in joint venture
TECSIS Corporation
TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA; TEKSYSTEMS GLOBAL SERVICES CORP. IN JOINT VENTURE
The AIM Group Inc.
The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada
The Halifax Computer Consulting Group Inc.
Thinking Big Information Technology Inc.
ThoughtStorm Incorporated
TPG Technology Consulting Ltd.
TRM Technologies Inc.
Tundra Technical Solutions Inc
Turtle Technologies Inc.
Valencia IIP Advisors Limited
Vurtur Communications Group
WNCS INCORPORATED
Work4ce Inc.
WorldReach Software Corporation
Description of the Requirement:
The Directorate Access to Information and Privacy (DAIP) requires this recurring services of the immediate expertise of three (3) Privacy Impact Assessment Specialists to undertake a number of Privacy Impact Assessments (PIA) assessing various Defence programs and activities relating to the following key initiatives: CAF Reconstitution, Conduct and Culture, Sexual Misconduct, Canadian Forces Intelligence Command, DND/CAF Data Strategy & Digitization, Military Justice Reform and Total Health and Wellness.
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 #36 applies
Minimum Corporate Security Required: Secret
Minimum Resource Security Required: Secret
Document Safeguarding Security Level Required: Protected B
Applicable Trade Agreements:
This procurement is subject to the following trade agreements:
Canadian Free Trade Agreement (CFTA)
Canada-Chile Free Trade Agreement (CCFTA)
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Canada-Colombia Free Trade Agreement (CColFTA)
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canada-Honduras Free Trade Agreement (CHFTA)
Canada-Korea Free Trade Agreement (CKFTA)
Canada-Panama Free Trade Agreement (CPanFTA)
Canada-Peru Free Trade Agreement (CPFTA)
Canada-Ukraine Free Trade Agreement
Canada-United Kingdom Trade Continuity Agreement
World Trade Organization-Agreementon Government Procurement (WTO-GPA)
Proposed period of contract:
The proposed period of contract shall be from the date the contract is awarded and ends two years later.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 720 days per year.
Contracting Authority Information:
File Number: W6369-25-X033
Contracting Authority: Camila Melo
E-Mail: camila.melo@forces.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