Project Executive Level 3 and Project Leader Level 3 for the National Integrated Security System

Solicitation number 100018732

Publication date

Closing date and time 2022/01/14 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    For

    TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)

    GSIN: 5164E Safety or Security Systems Installations

    Reference Number:

    100018732

    Solicitation Number:

    100018732

    Organization Name:

    Employment and Social Development Canada (ESDC) - Service Canada -

    Solicitation Date:

    December 1, 2021

    Closing Date:

    December 21, 2021 @ 02:00 PM Eastern Standard Time EST

    Estimated Delivery Date:

    To be specified in each Task Authorization

    Estimate Level of Effort: 

    To be specified in each Task Authorization

    Contract Duration:

    The contract period will be from the date of contract for a period of 1 (one) year, with an irrevocable option period to extend it for 2 (two) additional one-year periods.

    Solicitation Method:

    Competitive

    Applicable Trade Agreements:

    WTO-AGP, CCFTA, CFTA, CPFTA, CColFTA, CPanFTA, the Canada-Honduras Free Trade Agreement, the Canada–Ukraine Free Trade Agreement, the Canada-Korea Free Trade Agreement, the Comprehensive Economic and Trade Agreement

    Comprehensive Land Claim Agreement Applies:

    No

    Number of Contracts:

    1

    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 categories:

    One (1) Level 3 P.5 Project Executive

    Two (2) Level 3 P.8 Project Leaders

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

    • Canadian Development Consultants International Inc.
    • Deloitte Inc.
    • IDS Systems Consultants Inc.
    • iFathom Corporation
    • IT/NET – Ottawa Inc.
    • Lansdowne Technologies Inc.
    • Mindwire Systems Ltd.
    • Modis Canada Inc.
    • NRNS Incorporated
    • Raymond Chabot Grant Thornton Consulting Inc.
    • RHEA Inc.
    • Sierra Systems Group Inc.
    • Tiree Facility Solutions Inc.
    • TRM Technologies Inc.
    • Veritaaq Technology House Inc.

    Description of Work:

    Treasury Board has mandated that all departments must implement and maintain a physical control access system. The Chief Security Officer (CSO) is responsible to ensure that all majority tenant buildings have an effective Integrated Security System (ISS) capable of controlling and accounting for all individuals entering department premises for official business. The ISS is mostly accomplished by both an electronic Access Control System (ACS) and a Closed-Circuit Television (CCTV), intrusion detection alarm and the use of security guards.

    Employment and Social Development Canada (ESDC) / Service Canada (SC) is embarking on a program to upgrade, renew and enhance its aging ISS infrastructure, which has been deployed across Canada.

    Some installations (ISS) have been in use for many years and are in need of replacement and some systems are newer but do not follow a standard and cannot be integrated with other systems. The objective of a National Integrated Security System (NISS) project is to provide a standardized, remotely accessible, state of the art, secure and solution for use Canada-wide. The objectives would be to have one NISS, across Canada, across regions, on the same platform, same database.

    Security Requirement: Common PS SRCL #23 applies

    Minimum Corporate Security Required: Designated Organization Screening (DOS)

    Minimum Resource Security Required: Secret

    Contract Authority

    Name: Cynthia Carty

    Email Address: NC-SOLICITATIONS-GD@hrsdc-rhdcc.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above at the following e-mail address: NC-SOLICITATIONS-GD@hrsdc-rhdcc.gc.ca. 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

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)

    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
    Employment and Social Development Canada
    Address
    142 Prom. du Portage
    Gatineau, Quebec, J8X 2K3
    Canada
    Contracting authority
    Carty, Cynthia
    Phone
    819-654-5925
    Email
    cynthia.carty@hrsdc-rhdcc.gc.ca
    Address
    140 Promenade du Portage
    Gatineau, QC, K1A 0J9
    CA

    Buying organization(s)

    Organization
    Employment and Social Development Canada
    Address
    142 Prom. du Portage
    Gatineau, Quebec, J8X 2K3
    Canada
    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)
    French, English
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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: