SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

APN- Consultant Services for Threat Risk Assessment

Solicitation number APN_NR23TRA1

Publication date

Closing date and time 2023/08/21 14:00 EDT

Last amendment date


    Description

    ADVANCE PROCUREMENT NOTICE
    CONSULTANT SERVICES FOR THREAT RISK ASSESSMENT
    VARIOUS LOCATIONS ACROSS CANADA
    (WITH SECURITY REQUIREMENTS)
    PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE
    This is not a bid solicitation. This is an advance notice of potential contracts with anticipated security requirements to provide interested consultants an opportunity to begin the sponsorship request process for potentially obtaining the required security clearance(s) that are anticipated. Note that there is no guarantee that these contracts will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.

    DESCRIPTION OF THE PROGRAM AND SERVICES
    The Consultant will be required to provide “as and when required” services in support of the following:
    Threat Risk Assessment (TRA) services may include, but are not limited to, the following:
    - The identification and categorization of relevant assets, including IT assets, according to their confidentiality, integrity and availability values based upon the injuries that may reasonably be expected in the event of compromise;
    - The identification of deliberate threats, accidents and natural hazards that might affect these assets adversely with an analysis of the likelihood of occurrence and gravity of impact;
    - The assessments of current vulnerabilities, based on an evaluation of existing or proposed security measures and their adequacy;
    - Analysis of residual risks for each asset which is vulnerable to specific threat; and
    - The recommendation of additional safeguard to achieve a target risk levels with an assessment of their effectiveness and cost.
    Security Design Brief (SDB) services may include, but are not limited to, the following:
    - Analyze existing technical, planning and administrative documents as well as security history to effectively recommend the appropriate security measures for new facilities;
    - Provide direction for security in the new building to effectively recommend appropriate security procedures for the new facilities that align with the unit’s resources and standard DND practice;
    - Recommend enhanced safeguard that suit the unit’s needs as justified by the threats identified in the TRA; and
    - Recommend the appropriate design, layout and security features including entry control points to the facility.
    Security Guidance services may include, but are not limited to, the following:
    - Reviews of construction drawings and specifications for conformance and compliance with the recommendations from a Security Design Brief;
    - Provide advice to DND on technical solutions or to evaluate alternate security safeguards or mitigation measures to determine their effectiveness;
    - Provide cost consulting support as they relate to infrastructure security risk mitigations requirements.
    The potential duration of the Source List is five (5) years, and the maximum potential value is $4,000,000. It is anticipated that this/these solicitations will be initiated in Fall/Winter 2023. This is conditional on the contract receiving approval to proceed by the Department of National Defence (DND).

    CONTRACT AWARD AND ANTICIPATED SECURITY REQUIREMENTS
    In order to be eligible for contract award, a consultant will be required to, among other things, actively hold all required security clearance(s) at the time of closing, as further detailed in the solicitation documents.
    As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:
    • for consultants: a valid and active FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET granted or approved by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC); and

    INDUSTRIAL SECURITY PROGRAM (ISP) SPONSORSHIP
    Defence Construction Canada (DCC) is providing consultants early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants that are interested in submitting or participating in a proposal for this procurement that fall under this program and that do not actively hold the above identified security clearance(s) should begin the security clearance application process by applying through DCC’s ISP.
    Under this program, DCC may provide preliminary assistance with the security clearance sponsorship process.
    To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements.

    In their sponsorship request application to DCC, consultants are asked to quote the following information, among other things:
    - Contract number 80767 and
    - Level of clearance requested to be sponsored for.

    SPONSORSHIP PROCESS
    Upon receipt, DCC will review the sponsorship request application and will communicate directly with the consultant to complete a sponsorship request package. Once DCC has determined that the consultant has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant based on the following timelines:
    • 60 calendar days prior to planned solicitation closing, for FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET.
    Following receipt of the sponsorship request package, the CSP, PWGSC will communicate directly with the consultant regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant will need to cooperate with the CSP, PWGSC in a timely fashion to further the process.
    QUESTIONS
    Any questions pertaining to the sponsoring process through the ISP can be addressed to:
    Telephone Number: (613) 998-8974; or
    Email address: ISP.Sponsorship@dcc-cdc.gc.ca

    Any questions relating to this Advance Procurement Notice can be addressed to:
    Antoine am Rhyn
    Regional Service Line Leader, Contract Services
    Defence Construction Canada
    819-431-7650
    Antoine.amrhyn@dcc-cdc.gc.ca
    DISCLAIMER
    DCC does not provide any assurances or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP, PWGSC on behalf of a consultant will be successful or result in the granting of the requested security clearance(s) by the CSP, PWGSC, in a timely fashion. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP, PWGSC’s security clearance granting process. By applying to either of the aforementioned processes, the consultant accepts and agrees to bear any risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes.

    Contract duration

    The estimated contract period will be 48 month(s).

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    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:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address

    180 Kent

    Ottawa, Ontario, K1P 0B6
    Canada
    Contracting authority
    Antoine am Rhyn
    Phone
    819431-7650
    Email
    antoine.amrhyn@dcc-cdc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information 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 from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Not Applicable
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    48 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: