RCMP Seeks Privacy Impact Assessment Specialist for Cybercrime Operations
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: cb-482-68997589
Scope overview
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.
Expand full description
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
Buyer & contacts
Tags & Signals
Similar tenders
RCMP Privacy Impact Assessment Specialist Contract Opportunity
The Royal Canadian Mounted Police is seeking a Privacy Impact Assessment Specialist at Level 3 expertise. This procurement is open exclusively to qualified TBIPS Supply Arrangement Holders under specific categories and regions. The requirement will result in a single contract award.
Office Supplies Contract for Prince William County Public Schools
This procurement contract covers office supplies and related materials for Prince William County Public Schools. The agreement is established through the Strategic Cooperative purchasing program to provide essential supplies for educational operations. The contract focuses on non-technology items required for daily administrative and classroom functions.
Water Network Replacement Project in Sultanah District
This tender involves excavation works, material supply, and installation for water network replacement in Sultanah district. The project covers replacement of water pipelines from Street 11 to Street 27. The scope includes all necessary civil works and installation of new water infrastructure.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.