security systems subject matter experts (SMEs) who will complete the technical specifications and proposed business case for an integrated, enterprise-wide electronic security system
Solicitation number 1000021379
Publication date
Closing date and time 2016/10/20 14:00 EDT
Description
TASK Based Professional Services (TSPS) Requirement
This requirement is for: The Department of Justice Canada.
This requirement is open only to those Supply Arrangement Holders under E60ZN-15TSPS who qualified under Tier 1 for the following category:
- Category 2.14 – Subject Matter Expert
The following SA Holders have been invited to submit a proposal:
- A Hundred Answers Inc.
- ADGA Group Consultants Inc.
- Altis Human Resources Inc.
- CAE Inc.
- Calian Ltd.
- CGI Information Systems and Management Consultants Inc.
- IDS Systems Consultants Inc.
- International Safety Research Inc.
- Juno Risk Solutions Incorporated
- Lansdowne Technologies Inc.
- Leo-Pisces Services Group Inc.
- Orbis Risk Consulting Inc.
- Phirelight Security Solutions Inc.
- TRM Technologies Inc.
- Valcom Consulting group Inc.
- Y2 Consulting Psychologists Inc./{sychologues consultants Y2 inc.
Description of the Requirement:
The Department of Justice Canada has a requirement for up to two (2) security systems subject matter experts (SMEs) who will complete the technical specifications and proposed business case for an integrated, enterprise-wide electronic security system.
Level of Security Requirement:
Company Minimum Security Level Required:
Canada
X Secret
Resource Minimum Security Level Required:
Canada
X Secret
Applicable Trade Agreements:
The requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Columbia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free Trade Agreement (CHFTA), and the Canada-Korea Free Trade Agreement (CKFTA).
Proposed Period of the Contract:
The proposed period of the contract shall be from date of Award to April 30, 2017.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 107 days.
File Number: 1000021379
Contracting Authority: Kayla Pordonick
E-Mail: Kayla.Pordonick@justice.gc.ca
NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
- Contracting authority
- Pordonick, Kayla
- Phone
- 613-301-9709
- Address
-
284 Wellington StreetOttawa, ON, K1A 0H8CA
Buying organization(s)
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
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.