PSIB, Professional IM/IT services for IT Operations, User Experience and Accessibility, Technical Writer and tasks for the Financial Consumer Agency of Canada (FCAC) in accordance with Terms & Conditions of TBIBS SA#EN578-170432/xxx/EI.

Solicitation number 20252435

Publication date

Closing date and time 2026/02/18 15:00 EST

Last amendment date


    Description

    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.
    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 .

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2026/04/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Financial Consumer Agency of Canada (FCAC)
    Address

    427 Laurier Ave. W, Suite#500

    Ottawa, Ontario, K1R 1B9
    Canada
    Contracting authority
    Pavlo Kyryakov
    Phone
    (613) 290-2003
    Email
    FCAC.Contract-Contrat.ACFC@fcac-acfc.gc.ca
    Address

    427 Laurier Ave. W, Suite#500

    Ottawa, Ontario, K1R 1B9
    Canada
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    This document was removed on 2026/02/04
    This document was removed on 2026/02/04
    002 EN 0 2026/02/04
    002 FR 0 2026/02/04
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price