NOTICE OF PROPOSED PROCUREMENT (NPP)
Purchaser
Library and Archives of Canada (LAC)
Country
Canada
Published
2 Apr 2026
Closing date
17 Apr 2026
Source ID
Sign in to run fit scoring, collaborate with your team, and attach supporting documents. Subscriptions keep this tender and similar ones in sync with your capability folders.
Summary
NOTICE OF PROPOSED PROCUREMENT (NPP) for TASK BASED INFORMATICS PROFESSIONAL SERVICES (TBIPS) This requirement is for: LIBRARY AND ARCHIVES CANADA 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: 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 (1) contract. The following SA Holders have been invited to submit a proposal: Legal Name 1. 1511995 Ontario Limited, iPSS inc., Epi-Use Now Inc., in JV 2. 7 Theta Inc 3. Adirondack Information Management Inc. 4. ADRM Technology Consulting Group Corp. 5. ADRM Technology Consulting Group Corp. and Randstad Interim Inc 6. Advanced Chippewa Technologies Inc. 7. Axons Canada Inc., Levio Conseils Inc., IN JOINT VENTURE 8. Calian Ltd. 9. CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE 10. Donna Cona Inc. 11. DWP Solutions Inc. 12. EXPERIS CANADA INC. 13. I4C INFORMATION TECHNOLOGY CONSULTING INC 14. iFathom Corporation 15. Michael Wager Consulting Inc. 16. Myticas Consulting Inc. 17. Randstad Interim Inc. 18. Tato Recruiting Inc., S.I. SYSTEMS ULC, in Joint Venture 19. The AIM Group Inc. 20. TRM Technologies Inc. Description of the Requirement: Professional services for the provision of Security Assessment and Authorization (SA&A) and Threat and Risk Assessment (TRA) services, as well as IT security policy and documentation support for systems and applications at Library and Archives Canada (LAC). 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: Common PS SRCL #26 Minimum Corporate Security Required: Top Secret Minimum Resource Security Required: Top Secret Document Safeguarding Security Level Required: N/A Applicable Trade Agreements: The requirement is subject to the provisions of the 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 and the Canada-Korea Free Trade Agreement (CKFTA). Proposed period of contract: The “Initial Contract Period” begins on the date the Contract is awarded and ends two (2) years thereafter, with the option to extend the Contract by two (2) additional one-year periods. Estimated Level of Effort: The estimated level of effort of the contract will be for 440 days Contracting Authority Information: File Number: 5Z011-26-0264 Contracting Authority: Cristel St-Louis Phone Number: 343-991-1274 E-Mail: receptiondesoumission-bidreceiving@bac-lac.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
Sign in to run AI fit scoring, deep dives, and compliance drafting for this tender.