Rural Municipalities of Alberta (RMA) - Request for Proposal - Enterprise Artificial Intelligence: Platforms, Services, and Integrated Delivery
Solicitation number AB-2026-03345
Publication date
Closing date and time 2026/06/17 10:30 EDT
Description
Canoe Procurement Group of Canada, is posting the solicitation on behalf of CivicInfo BC, RMA, SARM, AMM, LAS, UMNB, NSFM, FPEIM, MNL, NWTAC, NAM, AYC and its current and potential Members and represented Associations and their Members, which includes all MASH/MUSH sectors, Provincial Governments, Federal Agencies, Crown Corporations, local Governmental and other not-for-profit organizations located in all provinces and territories in Canada including but not limited to British Columbia, Alberta, Saskatchewan, Manitoba, Ontario, Nova Scotia, New Brunswick, Prince Edward Island, Newfoundland and Labrador, Northwest Territories, Yukon Territories and Nunavut. Request for Proposal ("RFP") to result in regional and/or national contract solutions under the rules and regulations of Canadian trade agreements (including Canadian Free Trade Agreement (CFTA) Chapter 5, Ontario-Quebec Trade and Cooperation Agreement, and Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Chapter 19, New West Partnership Trade Agreement (NWPTA), Atlantic Trade and Procurement Partnership (ATPP) as applicable).
Canoe/Sourcewell is requesting proposals for Enterprise Artificial Intelligence: Platforms, Services, and Integrated Delivery in a national contracting solution for use by its members.
Members include thousands of governmental, higher education, K-12 education, not-for-profit, tribal government, and other public agencies located in Canada. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposals are due no later than June 17, 2026 at 3:30 p.m. Central Time, and late proposals will not be considered.
Sourcewell and Canoe are seeking proposals for Enterprise Artificial Intelligence: Platforms, Services, and Integrated Delivery as further described below.
This RFP is organized into three (3) response Lots. Proposers must select ONE (1) primary Lot under which to submit a response.
Lot 1: AI Products and Platforms
Included Solutions may consist of, but are not limited to:
a. AI Platforms and Infrastructure
i. Enterprise AI platforms with built-in automation, orchestration, and governance capabilities;
ii. Platforms supporting AI model development, deployment, and lifecycle management for enterprise and public sector use cases;
iii. On-premise, hybrid, and cloud AI infrastructure design, deployment, and management;
iv. AI-optimized compute infrastructure
v. Enterprise knowledge management systems and data infrastructure that enable AI capabilities; and
vi. AI solutions designed for sensitive or restricted government environments, including air-gapped and privacy-preserving deployments.
b. Intelligent Automation Platforms and Agentic AI
i. Platforms for building, deploying, and managing AI-driven automation that operate across enterprise systems independent of any single software application — including agent development frameworks, orchestration infrastructure, and lifecycle management tools;
ii. Workflow automation platforms that connect AI capabilities to systems, data sources, and processes across organizational boundaries;
iii. Enterprise automation platforms enhanced with AI reasoning and natural language capabilities that operate across multiple systems; and
iv. Platforms for document intelligence, multimodal processing, and unstructured data extraction at enterprise scale.
Lot 2: AI Professional Services
Included Solutions may consist of, but are not limited to:
a. AI Strategy, Governance, and Enterprise Transformation
i. Enterprise AI maturity assessment — structured evaluation of an organization’s AI readiness across technology, data, talent, governance, and culture dimensions;
ii. Responsible AI policy development — documented frameworks, policies, and standards governing AI use, accountability, and risk management;
iii. AI governance architecture — design and implementation of oversight structures, audit mechanisms, bias controls, and human-in-the-loop requirements;
iv. Operating model redesign — restructuring of organizational workflows, roles, and accountabilities around AI-enabled capabilities;
v. AI investment prioritization and business case development — structured approaches to identifying, evaluating, and sequencing AI opportunities;
vi. Workforce transformation strategy — design of AI literacy programs, role transition planning, and organizational change management at scale; and
vii. Cross-sector AI policy advisory — guidance on compliance with applicable federal, state, and local AI governance requirements and emerging regulatory frameworks.
b. AI-Enabled Managed Services
i. AI operations management, including deployment oversight, incident response, and service level management;
ii. Model monitoring — ongoing tracking of AI system performance, accuracy, and output quality in production environments;
iii. Model drift management — detection and remediation of accuracy degradation as real-world data diverges from training data over time;
iv. Continuous improvement programs — structured processes for model retraining, capability expansion, and performance optimization;
v. Managed AI services for specific government functions, including citizen services automation, benefits processing, case management, and permitting; and
vi. AI security operations — monitoring for adversarial inputs, data poisoning, and unauthorized model access.
c. AI Software Development and Engineering
Custom development of AI-enabled applications, integrations, and automated workflows designed for specific government functions, operational domains, or agency use cases, including model fine-tuning and adaptation.
Custom development, software engineering, and client-specific solution design are considered professional services for purposes of this Solicitation, even when resulting in a deployed AI-enabled application or system.
Lot 3: Integrated AI Delivery
A proposer would respond in Lot 3 only if they are a single organization capable of: (a) delivering both AI technology products and AI professional services under one contract, (b) serving as the primary accountable party for both, and (c) maintaining primary responsibility for the design, integration, performance, and delivery of the integrated AI solution, and remains fully accountable for outcomes, even when third-party components are used.
2. The term of any resulting contract(s) awarded by Sourcewell under this solicitation will be four years. Sourcewell and supplier may agree to up to three additional one-year extensions based on the best interests of Sourcewell and its Participating Entities. Sourcewell retains the right to consider additional extensions beyond seven years as required under exceptional circumstances.
3. A full copy of the Request for Proposals can be found on the Sourcewell Procurement Portal [https://proportal.sourcewell-mn.gov]. Only proposals submitted through the Sourcewell Procurement Portal will be considered. Proposer’s complete proposal must be submitted through the Sourcewell Procurement Portal no later than the date and time specified in the Solicitation Schedule. Any other form of proposal submission, whether electronic, paper, or otherwise, will not be considered by Sourcewell. Only complete proposals that are timely submitted through the Sourcewell Procurement Portal will be considered. Late proposals will not be considered. It is the Proposer’s sole responsibility to ensure that the proposal is received on time.
4. Following submission of proposals, negotiations may be permitted.
5. List of current and Potential Members and represented Associations and their Members which includes all MASH/MUSH sectors, Provincial Governments, Federal Agencies, Crown Corporations, local Governmental and other not-for-profit organizations located in all provinces and territories in Canada including but not limited to British Columbia, Alberta, Saskatchewan, Manitoba, Ontario, Nova Scotia, New Brunswick, Prince Edward Island, Newfoundland and Labrador, Northwest Territories, Yukon Territories and Nunavut located here, https://canoeprocurement.ca/canoe-current-future-members/
Contract duration
The estimated contract period will be 48 month(s), with a proposed start date of 2026/07/31.
Trade agreements
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Contact information
Contracting organization
- Organization
-
Rural Municipalities of Alberta (RMA)
- Address
-
2510 Sparrow DriveNisku, CA-AB, T9E 8N5CA
- Contracting authority
- Tara Wolff
- Email
- rfp@sourcewell-mn.gov
- Address
-
2510 Sparrow DriveNisku, Alberta, T9E 8N5Canada
Bidding details
Full details for this tender opportunity are available on a third-party site
Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.