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 for the following categories:
Stream 1: Application Services
Location: National Capital Region (NCR)
Level of Expertise: 3 (senior)
Categories:
A.1 Application Architect (2 resources)
A.11 Tester (1 resource)
The requirement is intended to result in the award of up to five (5) contracts.
The following SA Holders have been invited to submit a proposal:
• Accenture
• Altis recruitment & technology Inc.
• Cofomo Inc
• Eagle Professional Resources Inc.
• Fujitsu Consulting Canada Inc.
• Maplesoft Consulting Inc.
• NRNS Incorporated
• SI Systems ULC.
• The Halifax Computer consulting group Inc.
• TPG Technology Consulting Ltd.
• Acosys Consulting Services Inc.
• Acosys Consulting Services Inc./ PriceWaterhouseCoopers LLP, in Joint Venture
• 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.
• ADRM Technology Consulting Group Corp. and Randstad Iterim Inc.
• Alika Internet Technologies Inc.
• Alivaktuk Consulting Inc. & NavPoint Consulting Group Inc. in JV
• Allan Clarke & Associates Inc., The Halifax Computer Consulting Group Inc., in JV
• Captiva Consulting Inc.
• Dona Cona Inc.
• Dona Cona Inc., IBM Canada Limited in Joint Venture
• Factr Limited
• IPSS Inc.
• KAINOS Canada Inc.
• Makwa Resourcing Inc.
• Makwa Resourcing Inc., TPG Technology Consulting Ltd, in Joint Venture
• Malarsoft Technology Corporation
• Maplestream Inc., Cofomo Inc. in Joint Venture
• Maverin Business Services Inc.
• Maverin Inc.
• Mindwire Systems Ltd., Akkada Professional Services Inc., HupSpoke Inc., in Joint Venture
• MONZ Consulting Inc., Newfound Recruiting Corporation, in Joint Venture
• Nattiq Inc.
• Nisha Technologies Inc.
• OLAV Consulting Corp., Moshwa Aboriginal Information Technology Corporation, in Joint Venture
• Onaki Creation S.E.N.C., Ibiska Telecom Inc., in Joint Venture
• Professional Quality Assurance Ltd.
• Prologic Systems Ltd.
• Prologic Systems Ltd. And Maplesoft Consulting Inc, in JV
• Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW Inc. in Joint Venture
• Staffmax Staffing and Recruiting Corp.
• Symbiotic Group Inc.
• Symbiotic Group Inc., Akkodis Canada Inc., in Joint Venture
• Syncoria Incorporated
• Tato Recruiting Inc., S.I. Systems ULC, in Joint Venture
• Turtle Technologies Inc.
• Versatil BPI Inc.
Description of the Requirement:
The Royal Canadian Mounted Police has a requirement for two senior level Application Architects and one senior level Tester to support the Bio4Cit project.
The Bio4Cit project is to implement a solution to achieve a biometrically based end-to-end identity management approach for Immigration, Refugee and Citizenship Canada (IRCC) citizenship program. It will support IRCC modernization initiative and allow the citizenship program to definitively stop its name-based criminality checks and transition to fingerprint-based screening. The Bio4Cit project will also support the RCMP modernization efforts by decommissioning the outdated Named Based Search Internal (NBSI) system, and introducing efficiencies and effectiveness by automating the paper-based citizenship and record suspension notification workflows.
Resources are required to design, develop, test and implement Real time Identification (RTID) system that integrates with National Police Services (NPS) National Institute of Standards and Technology (NIST) Server (NNS), Automated Fingerprint Identification System (AFIS), and Criminal Justice Information Management (CJIM).
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: Customized RCMP SRCL 104480 applies
Minimum Resource Security Required: Enhanced Reliability Status (ERS) and Secret
Special comments:
Applicable Trade Agreements:
• World Trade Organization Agreement on Government Procurement
• Canadian Free Trade Agreement
• Canada-Chile Free Trade Agreement
• Comprehensive and Progressive Agreement for Trans-Pacific Partnership
• Canada-Colombia Free Trade Agreement
• Canada-European Union Comprehensive Economic and Trade Agreement
• Canada-Honduras Free Trade Agreement
• Canada-Korea Free Trade Agreement
• Canada-Panama Free Trade Agreement
• Canada-Peru Free Trade Agreement
• Canada-Ukraine Free Trade Agreement
• Canada-United Kingdom trade Continuity Agreement
Proposed period of contract:
Initial contract term of two (2) years with one (1) one-year option period.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 240 days per year per resource. (Bidder’s may propose resources for either part-time or full-time work)
Contracting Authority Information:
File Number: 202505487/A
Contracting Authority: Michelle Allen
Organization: Royal Canadian Mounted Police
Address: 73 Leikin Drive, Ottawa, ON
E-Mail: michelle.allen@rcmp-grc.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