TBIPS - ORACLE / MS SQL Server Database Administration Support - OPEN
Solicitation number 1000261965
Publication date
Closing date and time 2026/05/28 14:00 EDT
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
This requirement is for: Indigenous Services Canada
This requirement is open only to those TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the region / metropolitan area, level of expertise and for the following categories:
CATEGORY LEVEL OF EXPERTISE
I.2 Database Administrator Level 2
I.2 Database Administrator Level 3
I.3 Database Analyst /Information Management Modeller Level 2
I.3 Database Analyst /Information Management Modeller Level 3
I.4 Database Modeller Level 2
I.4 Database Modeller Level 3
This requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal:
- Cache Computer Consulting Corp.
- Calian Ltd.
- CORE Software Corp
- Evolving Web Inc.
- I4C INFORMATION TECHNOLOGY CONSULTING INC
- iFathom Corporation
- NavPoint Consulting Group Inc.
- Nortak Software Ltd.
- OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
- Palantir Technologies Canada Inc.
- Quarry Consulting Inc.
- Renaps Technologies Canada Inc
- The AIM Group Inc.
- Tundra Technical Solutions Inc
- Turtle Island Staffing Inc.
Description of the Requirement:
Indigenous Services Canada has a requirement for ORACLE/MS SQL Server Database Administration And Support Services on an as and when required basis via Task Authorizations (TA) under the TBIPS Supply Arrangement (SA) method of supply. It is intended to result in the award of 1 contract for two (2) years plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract.
Security:
There are 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: PWGSC FILE No. PR-1000261965
Minimum Corporate Security Required: Facility Security Clearance (FSC) at the level of SECRET
Minimum Resource Security Required: Personnel security screening at the level of SECRET
Document Safeguarding Security Level Required: PROTECTED B
Applicable Trade Agreements:
the 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; and,
the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The proposed period of contract shall be from contract award to two years later, with three additional (3) one-year option periods to extend the term of the contract.
Estimated Level of Effort:
The estimated level of effort of the contract will be for approximately 200 days a year per resource.
Contracting Authority Information:
File Number: 1000261965
Contracting Authority: Karine Chrétien
Phone Number: 343-992-3588
E-Mail: karine.chretien@sac-isc.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
Contract duration
The estimated contract period will be 60 month(s).
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)
-
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 Indigenous Services (ISC)
- Address
-
10 rue wellington
Gatineau, QC, K1A 0H4Canada
- Contracting authority
- Karine Chrétien
- Phone
- (343) 992-3588
- Email
- karine.chretien@sac-isc.gc.ca
- Address
-
10 rue wellington
Gatineau, QC, K1A 0H4Canada
Bidding details
| Document title | Amendment no. | Language | Unique downloads | Date added |
|---|---|---|---|---|
| 1000261965_TBIPS_NPP.pdf | 001 | EN | 30 | 2026/05/13 |
| 1000261965_APM_SPICT.pdf | 001 | FR | 3 | 2026/05/13 |