OpenServices

TBIPS - C.2. Information Technology Security Methodology, Policy and Procedures Analyst and C.3. Information Technology Security Threat and Risk Assessment and Certification and Accreditation Analyst

SPICT - C.2. Analyste des méthodes, politiques et procédures en sécurité des technologies de l'information et C.3. Analyste de la certification et accréditation et des évaluations de la menace et des risques en sécurité des technologies de l'information

Description

NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) This requirement is for: Environment and Climate Change 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, level of expertise and for the following categories: • NCR – Level 3 – C.2. Information Technology Security Methodology, Policy and Procedures Analyst • NCR – Level 3 – C.3. Information Technology Security Threat and Risk Assessment and Certification and Accreditation Analyst The requirement is intended to result in the award of one contract. The following SA Holders have been invited to submit a proposal: • Adirondack Information Management Inc. • Adirondack Information Management Inc., Entrust Limited, 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 • DWP Solutions Inc. • Factr Limited • 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 • 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: ECCC is seeking to secure on an “as and when required” basis through TA’s, Resources to perform, verify, analyze, test, assess, and monitor IT Cyber security and business continuity activities, programs applications and systems. The Resources will be required to apply risk management principles, methodologies, and requirements, such as the guidelines ITSG-33, CSE guidelines, and TBS policies, directives, and standards. Security: There is 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: As per SRCL included in the solicitation Minimum Corporate Security Required: Designated Organization Screening (DOS) Minimum Resource Security Required: Reliability Status Document Safeguarding Security Level Required: Not Applicable Special comments: The work is currently performed by TEKsystems Canada Corp. under contract 3000774108 (value $3,315,222.00 including all option periods excluding applicable taxes) which will end March 31, 2026. Applicable Trade Agreements: • World Trade Organization Agreement on Government Procurement (WTO-AGP) • the Canada-Chile Free Trade Agreement (CCFTA) • the Canada-Peru Free Trade Agreement (CPFTA) • the Canada-Colombia Free Trade Agreement (CColFTA) • the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement • the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) • the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) • the Canadian Free Trade Agreement (CFTA) • the Canada-Ukraine Free Trade Agreement (CUFTA) • the Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland • the Canada-Korea Free Trade Agreement (CKFTA). Proposed period of contract: The proposed period of contract shall be four years from the Date of Contract Award. Estimated Level of Effort: The estimated level of effort of the contract will be for 663 days for C.2. Information Technology Security Methodology, Policy and Procedures Analyst and 1446 days for C.3. Information Technology Security Threat and Risk Assessment and Certification and Accreditation Analyst. Contracting Authority Information: File Number: 5000088123 Contracting Authority: Alyssa Festeryga Phone Number: +1 902-201-4251 E-Mail: alyssa.festeryga@ec.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

Tender Details

Reference Number
cb-457-70907152
Solicitation Number
5000088123
Publication Date
Feb 12, 2026
Closing Date
Feb 27, 2026
Procurement Method
Competitive - Selective tendering
Selection Criteria
Highest Combined Rating of Technical Merit and Price
Notice Type
RFP against Supply Arrangement

Classification

UNSPSC Code
81111503
UNSPSC Description
Systems integration design

Trade Agreements

Canada-Korea Free Trade Agreement (CKFTA); Canada-UK Trade Continuity Agreement (Canada-UK TCA); Canada-European Union Comprehensive Economic and Trade Agreement (CETA); Canada-Peru Free Trade Agreement (CPFTA); Canada-Honduras Free Trade Agreement; Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Canadian Free Trade Agreement (CFTA); Canada-Colombia Free Trade Agreement; Canada-Panama Free Trade Agreement; North American Free Trade Agreement (NAFTA); World Trade Organization Agreement on Government Procurement (WTO GPA); Canada-Chile Free Trade Agreement (CCFTA); Canada-Ukraine Free Trade Agreement (CUFTA)

Contracting Entity

Department of the Environment (ECCC )

45 Alderney Drive

Dartmouth, Nova Scotia

Contact

Alyssa Festeryga

alyssa.festeryga@ec.gc.ca

(902) 201-4251

Regions of Delivery

National Capital Region (NCR)