Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

P.2. Enterprise Architect

Status Awarded

Contract number 3000810264

Contract value :

CAD 2,939,130.00

Solicitation number 5000087039

Publication date

Contract award date


    Description
    This contract was awarded to:
    Adirondack Information Management

    NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    This requirement is for: Environment and Climate Change Canada

    This requirement is open only to those Indigenous TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the region / metropolitan area, level of expertise, and for the following category:
    • NCR – Level 3 – P.2 Enterprise Architects

    The requirement is intended to result in the award of one contract.

    The following SA Holders have been invited to submit a proposal:
    • Acosys Consulting Services Inc.
    • ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS 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 Interim Inc
    • Advanced Chippewa Technologies Inc.
    • Alika Internet Technologies Inc.
    • Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
    • Donna Cona Inc.
    • DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    • Factr Limited
    • Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    • IPSS 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., HubSpoke 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 Création 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
    • Steel River Group Ltd. Tundra Technical Solutions Inc. in Joint Venture
    • Symbiotic Group Inc.
    • SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    • Tato Recruiting Inc.
    • Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    • Turtle Technologies Inc.

    Description of the Requirement:
    ECCC is seeking to secure on an “as and when required” basis through Task Authorizations (TA’s), Resources to strategically leverage Cloud Service Offerings as they become increasingly available to Government of Canada organizations, in alignment with the Government of Canada’s and ECCC’s Cloud Adoption Strategies.

    With ECCC Cloud Adoption Strategy established, and the increasing demand for digital modernization, new applications, and systems, along with a substantial inventory of applications for Workload Migration, ECCC anticipates a significant surge in cloud-enabled projects over the coming years.

    To address these requirements the P.2 Senior Enterprise Architect(s) will work on the cloud-enabled initiatives listed below to assess and migrate existing applications to the cloud, design and implement new cloud initiatives and provide guidance and training on best practices.

    ECCC’s Initiatives:
    • Regulatory Services Modernization,
    • Grants and Contribution Enterprise Platform,
    • Enterprise Platform Journey,
    • Carbon Markets,
    • Scientific Enablement.

    Security:
    There is 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: As per SRCL included in the solicitation
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Reliability Status
    Document Safeguarding Security Level Required: Not Applicable

    Special comments:
    The work was performed by Cofomo Inc. under contract 3000730200 (value $2,508,425.00 including all option periods excluding applicable taxes) which ended September 30, 2025.

    Applicable Trade Agreements:
    • 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
    • the Canada-Korea Free Trade Agreement (CKFTA).

    Proposed period of contract:
    The proposed period of contract shall be for 4 years from Contract Award date.

    Estimated Level of Effort:
    The estimated level of effort of the contract will be for 2,040 days.

    Contracting Authority Information:
    File Number: 5000087039
    Contracting Authority: Alyssa Festeryga
    Phone Number: +1 902-201-4251
    E-Mail: alyssa.festeryga@ec.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

    Business address

    126-130 Albert Street

    Ottawa, ON , K1P 5G4
    Canada
    Notice type
    RFP against Supply Arrangement
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity code
    Array
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 48 month(s), from 2026/03/13 to 2030/03/12.

    Commodity - UNSPSC

    • 81111513 - Internet cloud storage service

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Department of the Environment (ECCC )
    Address

    45 Alderney Drive

    Dartmouth, Nova Scotia, B2Y 2N6
    Canada
    Contracting authority
    Alyssa Festeryga
    Phone
    (902) 201-4251
    Email
    alyssa.festeryga@ec.gc.ca
    Address

    45 Alderney Drive

    Dartmouth, Nova Scotia, B2Y 2N6
    Canada
    Date modified: