PSIB_Tier 1_NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) - NATIONAL MAINTENANCE AND APPLICATION DEVELOPMENT SERVICES

Solicitation number 1000261751

Publication date

Closing date and time 2025/11/20 14:00 EST

Last amendment date


    Description

    This requirement is for: Indigenous Services Canada

    This requirement is open ONLY to those Indigenous TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the region / metropolitan area: National Capital Region (NCR), level of expertise and for the following category(ies):
    Resource Category - Level of Expertise
    A.11 Tester - Level 3
    A.11 Tester - Level 2
    B.1 Business Analyst - Level 3
    B.1 Business Analyst - Level 2
    B.1 Business Analyst - Level 1
    B.2 Business Architect - Level 3
    B.11 Instructor, Information Technology - Level 2
    B.14 Technical Writer - Level 3

    The requirement is intended to result in the award of one (1) contract.

    The following SA Holders have been invited to submit a proposal:
    Acosys Consulting Services Inc.
    ACOSYS CONSULTING SERVICES INC./ SERVICES CONSEILS ACOSYS INC., PRICEWATERHOUSECOOPERS LLP, IN JOINT VENTURE
    Adirondack Information Management Inc.
    Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
    ADRM Technology Consulting Group Corp.
    ADRM Technology Consulting Group Corp. and Randstad Interim Inc
    Advanced Chippewa Technologies Inc.
    Alika Internet Technologies Inc.
    Donna Cona Inc.
    DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
    Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
    IPSS INC.
    MAKWA Resourcing Inc.
    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE
    Malarsoft Technology Corporation
    Maplestream Inc., Cofomo Inc. IN JOINT VENTURE
    Maverin Business Services Inc.
    Maverin Inc.
    MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
    MONZ CONSULTING INC., NEWFOUND RECRUITING CORPORATION. in Joint Venture
    NATTIQ INC.
    Naut'sa mawt Resources Group, Inc.
    Nisha Technologies Inc.
    OLAV CONSULTING CORP., MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
    Onaki Création S.E.N.C., IBISKA TELECOM INC., in Joint Venture
    Prologic Systems Ltd. and Maplesoft Consulting Inc. in JV
    Skyfly Solutions Inc., iFathom Corp., EPI-USE NOW INC. in Joint Venture
    SYMBIOTIC GROUP INC., Akkodis Canada Inc., IN JOINT VENTURE
    T.I.7 INC., Quarry Consulting Inc., in joint venture
    Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
    Turtle Technologies Inc.

    Description of the Requirement:
    Indigenous Services Canada (ISC) has a requirement for the provision of resources for IT Business and Applications Services in support of the functional development, maintenance and production support for Education and Social Development Programs and Partnerships’ (ESDPP), the Education Information System (EIS) as well as any new systems that come under development, and related work.

    The services are required on an "as-and-when-requested basis" using a Task Authorization (TA) process.

    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:
    Minimum Resource Security Required: RELIABILITY STATUS
    Document Safeguarding Security Level Required: PROTECTED B

    Applicable Trade Agreements:
    This procurement is set aside under the federal government Procurement Strategy for Indigenous Business. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Indigenous peoples.
    Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

    Proposed period of contract:
    The proposed period of contract shall be from date of contract award to end of 3 years.

    Estimated Level of Effort:
    The estimated level of effort of the contract will be for 780 (days)

    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 36 month(s).

    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
    Department of Indigenous Services (ISC)
    Address

    10 Wellington St.

    Gatineau, Québec, K1A 0H4
    Canada
    Contracting authority
    Sumanvir Sahota-Chhokar
    Email
    sumanvir.sahota-chhokar@sac-isc.gc.ca
    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
    001 EN 39 2025/10/20
    001 FR 4 2025/10/20
    Access the Getting started page for details on how to bid, and more.

    Summary information

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