Professional Services for the National Cybercrime (NC3) project

Solicitation number 202401961

Publication date

Closing date and time 2023/11/10 14:00 EST

Last amendment date


    Description

    Requirement Details

    This requirement is open only to those invited TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following categories:

    A.1 Application/Software Architect
    A.7 Programmer/Analyst

    The following SA Holders have been invited to submit a proposal:

    1. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    2. BiR Consulting Inc.
    3. Cofomo Inc.
    4. Contract Community Inc.
    5. I4C INFORMATION TECHNOLOGY CONSULTING INC
    6. IDS Systems Consultants Inc.
    7. IPSS INC.
    8. Linsotto Parachute Software Inc.
    9. Modis Canada Inc
    10. Nortak Software Ltd.
    11. S.I. SYSTEMS ULC
    12. SYSTEMATIX SOLUTIONS TI INC/SYSTEMATIX IT SOLUTIONS INC
    13. TPG Technology Consulting Ltd.
    14. Veritaaq Technology House Inc.
    15. Watershed Information Technology Inc., ED-COM Software Inc. and IDEV Solutions Inc. as a contractual Joint Venture

    Description of Work:

    The Royal Canadian Mounted Police (RCMP) Information Management/Information Technology (IM/IT) Program requires professional services of Application/Software Architect and Programmer/Analyst resources in order to support the technical solution of the National Cybercrime (NC3) project.

    The objective of this contract is to develop, document and/or revise Architecture solutions for the NC3 Project Architecture, which includes, but is not limited to, Infrastructure and components, System Backup and Recovery, Detailed Designs, Impact Analysis, Disaster Recovery, and Risk/Change Management.

    Bidders must submit a bid for all resource categories

    Security Requirement: SRCL 202401961 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Enhanced Reliability

    Contract Authority
    Name: Stacy Seme
    Email Address: stacy.seme@rcmp-grc.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 “CanadaBuys” 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@pwgsc.gc.ca

    The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.
    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

    Indigenous Procurement:
    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory.

    Contract duration

    The estimated contract period will be 15 month(s).

    Trade agreements

    • Please refer to tender description or tender documents

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address

    73 Leikin Drive

    Ottawa, Ontario, K1A 0R2
    Canada
    Contracting authority
    Stacy Semé
    Phone
    (000) 000-0000
    Email
    stacy.seme@rcmp-grc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    World
    Contract duration
    15 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Variations or combinations of the above methods

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: