One (1) C.16 Privacy Impact Assessment Specialist (Level 3)

Solicitation number 202401930

Publication date

Closing date and time 2023/12/12 14:00 EST

Last amendment date


    Description

    Requirement Details
    Tendering Procedure: Selective Tendering
    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:
    One (1) C.16 Privacy Impact Assessment Specialist (Level 3)
    The following SA Holders have been invited to submit a proposal:
    1. Adirondack Information Management Inc.
    2. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., the AIM Group Inc., in JOINT VENTURE
    3. Altis Recruitment & Technology Inc.
    4. Dalian Enterprises & Coradix Technology Consulting, in Joint Venture
    5. DLS Technology Corporation
    6. Donna Cona Inc.
    7. EMINENT SYSTEMS INC.
    8. IPSS INC.
    9. MAKWA Resourcing Inc.
    10. Makwa Resourcing Inc., TPG Technology Consulting Ltd., in JOINT VENTURE
    11. Nisha Technologies Inc., Contract Community Inc., in JOINT VENTURE
    12. OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    13. Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    14. Tato Recruiting Inc., S. I. Systems ULC, in Joint Venture
    15. Thales Canada Inc.
    Description of Work:
    The Royal Canadian Mounted Police (RCMP) Canadian Firearms Program (CFP) requires the services of one (1) senior C.16 Privacy Impact Assessment Specialist in order to further expand the Privacy Impact Assessments (PIA) for the CFP’s Canadian Firearms Digital Services Solution (CFDSS). A privacy-by-design approach has been used to develop PIAs in phases, aligned with project releases.

    The RCMP requires the services of a qualified resource in order to continue development of comprehensive PIAs for the CFP, particularly as it pertains to the CFDSS’s new and evolving capabilities, which will continue to be incrementally implemented through the next 3 years.

    The PIAs must assess the privacy risks of the CFDSS, including the provision of guidance and advice with respect to modifying CFP policy and procedures involving privacy considerations and any impact on the PIA.

    The current privacy-by-design approach will continue through the remainder of the project.
    - The work is currently being performed by Altis Recruitment & Technology Inc. under contract (value $182,754.90 including taxes).
    Security Requirement: SRCL #102928 applies
    Minimum Corporate Security Required: Designated Organization Screening (DOS)
    Minimum Resource Security Required: Enhanced Reliability
    Contract Authority
    Name: Hannah State
    Email Address: Hannah.State@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 “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@pwgsc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/04/01.

    Trade agreements

    • 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)

    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
    Hannah State
    Phone
    (506) 238-0450
    Email
    hannah.state@rcmp-grc.gc.ca
    Address

    73 Leikin Drive

    Ottawa, Ontario, K1A 0R2
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    50
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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
    RFP against Supply Arrangement
    Language(s)
    English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: