NOTICE OF PROPOSED PROCUREMENT (NPP)
For
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
GSIN: D302A ADP SYSTEM DEVELOPMENT SERVICES
Reference Number: 20252435 Solicitation Number: 20252435
Organization Name: The Financial Consumer Agency of Canada (FCAC)
Solicitation Date: 2026-02-03 Closing Date: 2025-12-01, 2:00 PM Ottawa Time
Anticipated Start Date: 2026-04-01
Estimated Delivery Date: 2027-03-31 Estimate Level of Effort: Varies, see below
Contract Duration: The contract period will be from the date of contract to 2027-03-31 with an irrevocable option to extend it for up to five (5) additional one-year periods.
Solicitation Method: Competitive Applicable Trade Agreements: N/A, this requirement is a Procurement Set Aside for Indigenous Business (PSIB)
Comprehensive Land Claim Agreement Applies: No Number of Contracts: Up to 2
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those Indigenous TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:
WORKSTREAM 1: IT Operations
Firm Requirement
Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort
(days) Estimated Number of Resources Required
B.14 Technical Writer 3 Reliability 250 1
* Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.
Optional Resources
Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort
(days) **Estimated Number of Resources Required
B.14 Technical Writer 3 Reliability 250 One or more, up to a maximum of 2
C.6 Information Technology Security Engineer 2 Reliability 250 One or more, up to a maximum of 2
B.10 Help Desk Specialist 2 Reliability 250 One or more, up to a maximum of 2
B.13 Operations Support Specialist 2 Reliability 250 One or more, up to a maximum of 2
C.12 Incident Management Specialist 2 Reliability 250 One or more, up to a maximum of 2
* Estimate only, includes total number of days for entire contract duration (including all optional periods)
the actual number of days will be determined throughout the course of the project.
** Estimate only, actual number of optional resources for each category will be determined throughout the course of the project.
WORKSTREAM 2: User Experience and Accessibility
Firm Requirement
Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort
(days) Estimated Number of Resources Required
A.13 Web Designer 3 Reliability 250 1
* Estimate only, includes total number of days for entire contract duration (including all optional periods), the actual number of days will be determined throughout the course of the project.
Optional Resources
Resource Category Level of Expertise Level of Security Clearance Required *Estimated Level of Effort
(days) **Estimated Number of Resources Required
A.11 Tester 2 Reliability 250 One or more, up to a maximum of 5
A.11 Tester 3 Reliability 250 One or more, up to a maximum of 5
A.13 Web Designer 2 Reliability 250 One or more, up to a maximum of 5
A.13 Web Designer 3 Reliability 250 One or more, up to a maximum of 5
B.1 Business Analyst 3 Reliability 250 One or more, up to a maximum of 5
P.9 Project Manager 3 Reliability 250 One or more, up to a maximum of 5
B.3 Business Consultant 3 Reliability 250 One or more, up to a maximum of 5
* Estimate only, includes total number of days for entire contract duration (including all optional periods)
the actual number of days will be determined throughout the course of the project.
** Estimate only, the actual number of optional resources for each category will be determined throughout the course of the project.
The following SA Holders have been invited to submit a proposal:
1. Adirondack Information Management Inc., Entrust Limited, Artemp Personnel Services Inc., The AIM Group Inc., in JOINT VENTURE Cistel Technology Inc.
2. ADRM Technology Consulting Group Corp. and Randstad Interim Inc
3. Donna Cona Inc.
4. MAKWA Resourcing Inc.
5. Malarsoft Technology Corporation
6. Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
7. Maverin Inc.
8. MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
9. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
10. Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
11. Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
12. Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
13. SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
14. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
15. Turtle Technologies Inc.
*** Financial Consumer Agency of Canada (FCAC) thanks you for your interest in our procurement process. The RFP will only be open to the fifteen (15) suppliers listed on the NPP and we will not be adding any additional suppliers to this solicitation. FCAC has met the mandatory requirements under the PSPC TBIPS SA and we are confident that we will be receiving a sufficient number of proposals to make this a truly competitive process. With our current staffing limitations, we cannot invite additional proponents without creating undo process or inefficiencies within our procurement system. FCAC thanks you again for your interest and going forward we will keep your firm in mind for our future requirements.
Description of Work:
The FCAC is seeking to establish Task-Authorization Contract(s) with a qualified Supplier(s), in order to supplement internal capacity and access specialized skill sets experience not available internally, and provide "as-and-when" requested services as deemed necessary by the FCAC, including enhancements, modifications and optimizations to current tools and applications.
On an as and when required basis, through the issuance of Task Authorizations (TAs), FCAC requires a Contractor to supply resources to provide professional IM/IT services for Business Architecture, Security Governance, and User Experience and Accessibility projects and tasks for the Financial Consumer Agency of Canada (FCAC).
Security Requirement: Common PS SRCL # 6 applies
Minimum Corporate Security Required: DOS – Reliability
Minimum Resource Security Required: Reliability
Contract Authority
Name: Pavlo Kyryakov
Phone Number: (613)-290-2003
Email Address: FCAC.Contract-Contrat.ACFC@fcac-acfc.gc.ca
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@tpsgc.gc.ca .