| Description |
This requirement is for: Royal Canadian Mounted Police (RCMP)
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 category: Privacy Impact Assessment Specialist – 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:
- Alika Internet Technologies Inc.
- Amyantek Inc
- DONNA CONA INC., IBM CANADA LIMITED IN JOINT VENTURE
- IBISKA Telecom Inc.
- iFathom Corporation
- Kirke Management Consulting Inc.
- Magnari Inc
- MALARSOFT TECHNOLOGY CORPORATION, CISTEL TECHNOLOGY INC., COMPUTACENTER CANADA INC. IN JOINT VENTURE
- MINDWIRE SYSTEMS LTD., Akkada Professional Services inc., HubSpoke Inc., in Joint Venture
- OLAV -CONSULTING CORP. MOSHWA ABORIGINAL INFORMATION TECHNOLOGY CORPORATION, IN JOINT VENTURE
- Parabellyx Corporation
-RiskView Inc.
-T.I.7 INC., Quarry Consulting Inc., in joint venture
-Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture
- WNCS INCORPO WNCS INCORPORATED RATED
Description of the Requirement:
The Royal Canadian Mounted Police (RCMP), Federal Policing Criminal Operations (FPCC) Cybercrime, requires the
services of a Privacy Impact Assessment Specialist in order to conduct privacy impact assessment(s) (PIAs) of the
operational conduct, the data holding processes, and the software tools currently used and being considered, for FPCC
Cybercrime as per its mandate and operational viability. The contract will ensure the completion and submission of a
"program level" PIA.
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 103319 applies
Minimum Corporate Security Required: Top Secret
Minimum Resource Security Required: Enhanced Reliability Status with Top Secret
Document Safeguarding Security Level Required: Not Applicable
Applicable Trade Agreements:
• Canadian Free Trade Agreement (CFTA) (formerly Agreement on Internal Trade [AIT])
• Canada-Chile Free Trade Agreement (CCFTA)
• Canada-Colombia Free Trade Agreement (CCoFTA)
• Canada-Peru Free Trade Agreement (CPFTA)
• Canada–Honduras Free Trade Agreement,
• Canada–Korea Free Trade Agreement
• Canada-Panama Free Trade Agreement (CPanFTA)
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 January 2026
Estimated Level of Effort: The estimated level of effort of the contract will be for 342 days
Contracting Authority Information:
File Number: 202403493/B
Contracting Authority: Joanne Plummer
Phone Number: 343-598-6984
E-Mail: Joanne.Plummer@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
|