NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK-BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS)
This requirement is for: Royal Canadian Mounted Police (RCMP).
This requirement is open only to Indigenous TBIPS Supply Arrangement Holders under EN578-170432 who qualified under Tier 1, under the region / metropolitan area, level of expertise and for the following category:
P.1 Change Management Consultant, 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. / Services Conseils Acosys Inc., PricewaterhouseCoopers LLP, in Joint Venture
- 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.
- Alika Internet Technologies Inc.
- Donna Cona Inc., IBM Canada Limited, in Joint Venture
- iPSS Inc.
- MapleStream Inc., Cofomo Inc., in Joint Venture
- Mindwire Systems Ltd., Akkada Professional Services Inc., HubSpoke Inc., in Joint Venture
- NATTIQ Inc.
- Nisha Technologies Inc.
- Prologic Systems Ltd.
- SkyFly Solutions Inc., iFathom Corp., EPI-USE NOW Inc., in Joint Venture
- Symbiotic Group Inc.
- Symbiotic Group Inc., Akkodis Canada Inc., in Joint Venture
Description of the Requirement:
The Royal Canadian Mounted Police (RCMP) is Canada’s national police service and an agency of the Ministry of Public Safety Canada. As such, the RCMP is mandated to enforce laws, prevent crime, maintain peace, order and security. The RCMP’s Digital Program is responsible for the development of Information Technology (IT) related business solutions. The Digital Program is also the policy centre for information management and responsible for managing the information required to carry out the RCMP mandate. The Digital Program has broad and significant support responsibilities that enable RCMP operations and contributes to the achievement of the organization's strategic priorities. One of the key priorities of the Digital Program is the Digital Policing Strategy. The world around us is changing - rapid advances in technology have led to significant changes in criminal behaviour and new crime types. These changes require a new, modern approach to policing. This is why the Digital Policing Strategy was created: to help guiding the RCMP's future as a modern, agile organization.
Three current major Digital Program business transformation projects are: the National Cybercrime
Solution (NCS) to support the RCMP National Cybercrime Coordination Unit (NC3); the Canadian Criminal Intelligence System (CCIS); and the Exchange Online Migration Project (EXO). These are all modernization initiatives that ensure Canadian police services, federal agencies and international law enforcement agencies can meet their mandates for public security, national security, and reduce the threat, victimization, and impact of cybercrime on Canadians.
The objective of this requirement is to have Organizational Change Management Consultants support these enterprise IT projects (NCS, CCIS, EXO) and ensure that technological initiatives align seamlessly with organizational goals.
The Organizational Change Managers will perform tasks, such as: developing a change management and communications strategy; analyzing, developing and documenting the project’s current, transition and target states from both a technology and business perspective; leading other functional staff to define business strategy and processes in support of transformation and change management activities; participating in change impact analysis; coordinating development of training and coordination with stakeholders; creating presentations and producing status reports.
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: Customized RCMP SRCL 104551 applies
Minimum Corporate Security Required: Enhanced Reliability Status (ERS)
Minimum Resource Security Required: Enhanced Reliability Status (ERS)
Document Safeguarding Security Level Required: Protected B
Special Comments:
This procurement is set aside under the federal government Procurement Strategy for Indigenous Business (PSIB). For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
Region of Opportunity: National Capital Region (NCR) - The NCR is defined as the Ottawa-Gatineau area and its adjacent / surrounding suburban and exurban communities.
Region of Delivery: National Capital Region (NCR) - The NCR is defined as the Ottawa-Gatineau area and its adjacent / surrounding suburban and exurban communities.
Basis of Selection: Highest Combined Rating of Technical Merit (70%) and Price (30%).
The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.
Trade Agreements:
N/A: This procurement is set aside from 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 for one year from the date of contract, with an irrevocable option to extend it for up to one additional one-year period. The anticipated contract start date is August 25, 2025.
Estimated Level of Effort:
The estimated level of effort of the contract will be for a grand total of 480 days.
Contracting Authority Information:
File Number: 202503249/A
Contracting Authority Name: Stefano Fotia
E-mail: Stefano.Fotia@rcmp-grc.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