Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Канады


W2187-SPO-26-289-A - Application replacement for the end-of-life IFSMR (Integrated Fire Services Management & Reporting) (Канада - Тендер #70956419)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Канада (другие тендеры и закупки Канада)
Организатор тендера: www.merx.com
Номер конкурса: 70956419
Дата публикации: 26-02-2026
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Basic Information

Reference Number

cb-126-68819159

Issuing Organization

Department of National Defence (DND)

Solicitation Type

ACAN - Advance Contract Award Notice (Formal)

Solicitation Number

W2187-SPO-26-289-A

Title

Application replacement for the end-of-life IFSMR (Integrated Fire Services Management & Reporting)

Source ID

PWGSC

Agreement Types

Canada-Chile Free Trade Agreement (CCFTA)

Canada-Colombia Free Trade Agreement

Canada-European Union Comprehensive Economic and Trade Agreement(CETA)

Canada-Honduras Free Trade Agreement

Canada-Korea Free Trade Agreement

Canada-Panama Free Trade Agreement

Canada-Peru Free Trade Agreement (CPFTA)

Canadian Free Trade Agreement (CFTA)

Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

North American Free Trade Agreement (NAFTA)

World Trade Organization Agreement on Government Procurement (WTO-AGP)

Canada-Ukraine Free Trade Agreement (CUFTA)

Details

Location

Ottawa

Dates

Publication

2026/02/26 12:00:00 AM EST

Closing Date

2026/03/12 02:00:00 PM EDT

Contact Information

Jean-Philippe Dufault

000000-0000

Jean-Philippe.dufault2@forces.gc.ca


Description

Advance Contract Award Notice (ACAN)

File/Contract No.: W2187-SPO-26-289

Definition of ACAN

An Advance Contract Award Notice (ACAN) is a public notice informing suppliers that Canada intends to award a contract for goods, services or construction to a pre-identified supplier, and invites other suppliers to express their interest by submitting a statement of capabilities. If no other supplier submits a statement of capabilities demonstrating how they meet the set requirements in the ACAN by the closing date stated in the ACAN, the buyer may then proceed with the award to the pre-identified supplier.

Purpose of the ACAN

The purpose of this ACAN is to inform industry that Canada intends to award a contract to a pre-identified supplier to replace the end-of-life IFSMR (Integrated Fire Services Management & Reporting) application with a Commercial Off-The-Shelf (COTS) fire services management and reporting solution. The contract includes implementation (configuration and customization), historical data migration, bilingual (English and French) documentation and training, and ongoing support/maintenance for the initial period and options.

Statement of requirements

Type of software sought: a web/cloud-based COTS fire services management and reporting solution with integrated modules for:
• Incident reporting and tracking (fire and non-fire), including medical emergencies, wildland fires and events involving aircraft and ships;
• Inspections and prevention management (forms, compliance checks, history);
• Training and exercises management (logs, records, tracking);
• Asset, inventory and maintenance management;
• Workflow, communications, reporting and dashboards (including compatibility with analytics tools such as Power BI or equivalent);
• Document/media management (upload of PDF forms/images, metadata, search).

Required capabilities include:

• Configuration to meet Canadian Forces Fire Marshal (CFFM) requirements;
• Secure migration of historical IFSMR data with integrity validation;
• Bilingual (English and French) user interface, documentation and training;
• Hosting on servers located in Canada only and processing at the Protected A level;
• Support and maintenance (updates, patches, helpdesk) for the initial period and options.

Security and privacy requirements (summary):
• The Contractor must hold a valid Designated Organization Screening (DOS) and obtain approved Document Safeguarding Capability at PROTECTED A;
• Personnel screening: at a minimum of a RELIABILITY STATUS for access to PROTECTED information; the Company Security Officer (CSO) must hold SECRET clearance (minimum) and all privileged user accounts must also hold a SECRET clearance (minimum);
• No processing/production/storage of PROTECTED information on Contractor facilities and/or IT systems until written approval is issued by Public Services and Procurement Canada PSPC/ Contract Security Program (CSP) and/or applicable security authorities;
• Compliance obligations include : the SRCL for this file, Schedule 1 (Security Obligations), Schedule 2 (Privacy Obligations) and the ‘IT Security Requirements for Information up to Protected B v1.5’, as applicable;
• Cloud security: evidence of a Cloud Service Provider IT Security assessment (Information Technology Services (ITS)M.50.100 or other accepted assessment) and a departmental Security Assessment & Authorization (SA&A);
• Logging, incident management/notification, access control (Role-Based Access Control (RBAC)/Multi-Factor Authentication (MFA)), encryption and flow-down to subcontractors/sub-processors as applicable;
• Transmittal of PROTECTED material and any IT connectivity to DND systems require explicit authorization and approved channels.
Expected deliverables and evidence (security and privacy) – to be provided upon request and/or at project kickoff
• Evidence that the organization holds a valid DOS and approved PROTECTED A Document Safeguarding Capability (DSC), or a plan and schedule to obtain them if applicable.
• List of proposed resources and required screening levels (RELIABILITY STATUS; SECRET for the CSO and for any resource with a privileged account), including identification of the CSO/ ISSO (Information System Security Officer).
• Hosting architecture description and confirmation that servers and data storage (including backups) are located in Canada; list of locations (city/province) upon request.
• Evidence/confirmation of Cloud Service Provider IT security assessment (Information Technology Services (ITS)M.50.100 or other accepted assessment) and commitment to support the departmental SA&A process.
• Incident Management Plan (Incident Management Plan (IMP)) and notification process (security and privacy), including roles/responsibilities and escalation model.
• Identity and Access Management (IAM) controls description (Role-Based Access Control (RBAC), Multi-Factor Authentication (MFA) for administrators/privileged access), account management and least-privilege enforcement.
• Description of encryption controls for data at rest and in transit, key management, and logging/audit controls (access, retention, protection of logs).
• List of subcontractors/sub-processors (if any), scope of work performed and performance locations; evidence that security and privacy obligations flow down.
• Transmittal/document control procedures for PROTECTED material (approved channels, transmittal forms) and confirmation that no IT connectivity to DND systems will be established without explicit authorization.
• Privacy Officer point of contact (if applicable) and description of support for access requests (Access to Information and Privacy (ATIP)) and breach/incident records .

Evaluation criteria for assessment of statement of capabilities (minimum essential requirements)

• Web/cloud COTS solution covering, at minimum: incident reporting/tracking, inspections/prevention, training/exercises, inventory/maintenance, reporting and dashboards.
• Ability to migrate IFSMR data (including integrity validation and migration reporting).
• Full bilingual capability (English/French) for user interface, documentation and training.
• Hosting in Canada and demonstrated ability to meet Protected A handling and applicable SRCL/security/privacy/IT security obligations.

Trade agreement applicability

Based on the estimated contract value (services) and the applicable thresholds in effect from January 1, 2026 to December 31, 2027 (Contracting Policy Notice 2025-8), this procurement is subject to the following trade agreement(s):
- Canadian Free Trade Agreement (CFTA)
- World Trade Organization – Agreement on Government Procurement (WTO-GPA)
- Canada–European Union Comprehensive Economic and Trade Agreement (CETA)
- Canada–United Kingdom Trade Continuity Agreement (Canada-UK TCA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
- Canada–Chile Free Trade Agreement
- Canada–Colombia Free Trade Agreement
- Canada–Honduras Free Trade Agreement
- Canada–Korea Free Trade Agreement
- Canada–Panama Free Trade Agreement
- Canada–Peru Free Trade Agreement
- Canada–Ukraine Free Trade Agreement

Set-aside indications

Not applicable.

Comprehensive Land Claims Agreement

Not applicable.

Justification for pre-identified supplier

ICO Solutions holds exclusive intellectual property ownership and usage rights to the proposed solution as the original developer. Based on the client’s analysis, it is the only known product that meets the mandatory requirements (bilingual cloud-based solution, Canada data residency, functional, security and integration requirements) without significant customization, supporting the use of a pre-identified supplier.

Government Contract Regulations exception(s)

The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) – “only one person or firm is capable of performing the contract.”

Exclusions and/or Limited tendering reasons

The following exclusion(s) and/or limited tendering reasons are invoked (Article (b) only – sole supplier: protection of exclusive rights and/or absence of competition for technical reasons):
- CFTA 513.(1)(b)
- CETA 19.12.(1)(b)
- Canada-UK TCA: government procurement obligations are identical to CETA (incorporated by reference) – apply the equivalent of Article 19.12.(1)(b)
- WTO-GPA XIII.(1)(b)
- CPTPP 15.10.(2)(b)
- Canada–Chile Kbis09.(1)(b)
- Canada–Colombia 1409.(1)(b)
- Canada–Honduras 17.11.(2)(b)
- Canada–Korea 14.3
- Canada–Panama 16.10.(1)(b)
- Canada–Peru 1409.(1)(b)
- Canada–Ukraine Article 10.3

Intellectual property ownership

Ownership of any Foreground Intellectual Property arising from the proposed contract will vest in the Contractor.

Contract period and delivery dates

An initial one (1) year period, followed by two additional one (1) year periods, with the option to extend by two (2) irrevocable one year option periods.

Cost estimate of the proposed contract

The estimated value of the proposed contract, including option(s), is $603,233.16 CAD (applicable taxes extra).

Supplier information

ICO Solutions
Door 13, 217 Av. Léonidas S, Rimouski, QC, G5L 2T5, Canada
Telephone: 1-877-636-8383
Email: info@icosolutions.com
1 877-636-8383
info@icosolutions.com

Response procedure

Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in this ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how they meet the advertised requirements.

Closing date and time

The closing date and time for accepting statements of capabilities is March 12, 2026 at 2:00 p.m. EDT.

Contact information

Jean-Philippe Dufault, CD
Senior Materiel Acquisition and Support Officer, Senior Procurement Office, Chief of Staff - ADM(IE)
National Defence / Government of Canada
National Defence Headquarters (NDHQ)
101 Colonel By Drive
Ottawa, ON K1A 0K2
Canada
Email: Jean-Philippe.dufault2@forces.gc.ca

See more Disclaimer Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on canadabuys.canada.ca/en/tender-opportunities, the authoritative location for GC tenders.

You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through canadabuys.canada.ca/en/tender-opportunities.

This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the canadabuys.canada.ca/en Terms and Conditions for more information.

Contains information licensed under the Open Government license - Canada. Contains data reproduced and distributed with the permission of the Government of Canada, on an "as is" basis.

Источник закупки

Перейти

Импорт - Экспорт по стране Канада

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru