Digital Risk Monitoring Service (DRMS)

Solicitation number 20230190

Publication date

Closing date and time 2023/06/05 14:00 EDT

Last amendment date


    Description

    Title: Digital Risk Monitoring Service (DRMS)

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of the requirement

    The Office of the Superintendent of Financial Institutions Canada (OSFI) has a requirement for the provision of Digital Risk Monitoring Service (DRMS). The DRMS would deliver to OSFI:

    a. Threat Intelligence – provide OSFI with another source of threat intelligence information to support risk assessment and security teams;
    b. Dark Web Monitoring – provide insight as to whether OSFI credentials or data have been compromised; and
    c. Fraud Monitoring – observe Surface, Deep and Dark web sources including social media to determine, and report, if OSFI brand, executives, or websites are being impersonated.

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to rSolutions Corporation, authorized reseller of Mandiant, Inc. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the requirements stipulated in Annex A - DRMS Minimum Mandatory Requirements.

    4. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s)
    • Canadian Free Trade Agreement (CFTA)
    • Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • 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 (CPFTA)
    • Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    5. Justification for the Pre-Selected Supplier

    Mandiant is the only solution provider that OSFI has found that is capable of delivering OSFI’s requirements, stipulated in Annex A. Mandiant is the only provider that OSFI has found that specifically meets requirements 2.1.3 Threat Intelligence Collection and 2.1.5 Financial Sector Expertise and Industry Focus of Annex A.

    6. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".

    7. Ownership of Intellectual Property

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

    8. Period of the proposed contract or delivery date

    The proposed contract is for a period of one (1) year from October 1, 2023 to September 30, 2024 with two (2) options to extend the contract for up to a period of one (1) year each.

    9. Cost estimate of the proposed contract

    The estimated value of the contract, including the option periods, is $454,581.04 CAD (HST extra).

    10. Name and address of the pre-identified supplier

    rSolutions Corporation
    200-1250 Dewdney Ave
    Regina, SK
    S4R 8T7

    11. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    12. Closing date for a submission of a statement of capabilities

    The closing date and time for acceptance of Statements of Capabilities is June 5, 2023 at 2:00 p.m. (EDT).

    13. Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    Andrew Bryant
    Contracting Officer
    e-mail: contracting@osfi-bsif.gc.ca
    255 Albert St. 12th floor
    Ottawa, Ontario K1A 0H2

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2023/10/01.

    Trade agreements

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

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    Office of the Superintendent of Financial Institutions
    Address

    255 Albert St

    Ottawa, Ontario, K1A 0H2
    Canada
    Contracting authority
    Andrew Bryant
    Phone
    (343) 571-8507
    Email
    contracting@osfi-bsif.gc.ca
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    8
    001
    French
    0
    001
    English
    4
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.