Request for Proposal (RFP) – Special Security Advisor
Solicitation number DND13/0000538
Publication date
Closing date and time 2013/09/18 14:00 EDT
Last amendment date
Description
REQUIREMENT DND has a requirement for the provision of two Special Intelligence Advisors. One Special Intelligence Advisor, the Intelligence Exercise Planner and Lessons Learned Coordinator, is required to provide staff work, assistance, expert advice and guidance in the planning of exercises and in the development, tracking, integration and follow up of lessons learned during operations and exercises. The other Special Intelligence Advisor, the Intelligence Directives and Policy Advisor, is required to provide support of the transfer of existing Canada Command (Canada COM), Canadian Expeditionary Forces Command (CEFCOM) and Canadian Operational Support Command (CANOSCOM) intelligence-related directives, the development of new directives, and the structuring and implementation of these directives within the new Canadian Joint Operations Command (CJOC) construct. Up to two (2) contracts may be awarded as a result of this solicitation. The Selection Methodology is detailed in the Request for Proposal (RFP). PERIOD OF THE REQUIREMENT The period of the contract (s), if one or more contracts are awarded, will be from the date of contract award to one year later. The contract(s) will also include two additional one-year option periods. MANDATORY CRITERIA Mandatory criteria include but are not limited to the following: 1. The proposed resources must each be in possession of a valid TOP SECRET SIGINT level of security; 2. The company must be in possession of a valid Facility Security Clearance (FSC) at the level of TOP SECRET; 3. The proposed resources must each have been indoctrinated SPECIAL ACCESS within the past five years; 4. The proposed resources must each have a minimum of 24 months of experience in the review and analysis of intelligence documentation. Intelligence is defined as scientific, technical, tactical, diplomatic or sociological reports and briefings dealing with broad issues such as economics, political assessments, military capabilities and intentions of foreign nations or ethnic groups; 5. The proposed resources must each have acquired a minimum of 48 months of applied knowledge and skills from working with level II and level III Canadian classified systems (examples include but are not limited to CSNI and SPARTAN) Mandatory and Rated Criteria are detailed in the RFP. Where this notice and the RFP differ, the RFP will prevail. The Department of National Defence reserves the right not to award a Contract, regardless of the responses it receives.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Seguin, Kim
- Phone
- 819-997-3316
- Address
-
101 Colonel By DriveOttawa, ON, K1A 0K2CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
questions_answers_and_amendments_update_2.pdf | 001 |
French
|
4 | |
questions_answers_and_amendments_update_4.pdf | 001 |
French
|
4 | |
questions_and_answers.pdf | 001 |
French
|
15 | |
rfp_french.pdf | 001 |
French
|
7 | |
questions_answers_and_amendments_update_2.pdf | 001 |
French
|
4 | |
questions_answers_and_amendments_update_1.pdf | 001 |
French
|
6 | |
questions_answers_and_amendments_update_2.pdf | 001 |
French
|
4 | |
questions_answers_and_amendments_update_3.pdf | 001 |
French
|
5 | |
questions_answers_and_amendments_update_3.pdf | 001 |
English
|
14 | |
questions_and_answers.pdf | 001 |
English
|
40 | |
questions_answers_and_amendments_update_1.pdf | 001 |
English
|
25 | |
rfp_english.pdf | 001 |
English
|
110 | |
questions_answers_and_amendments_update_2.pdf | 001 |
English
|
8 | |
questions_answers_and_amendments_update_2.pdf | 001 |
English
|
7 | |
questions_answers_and_amendments_update_2.pdf | 001 |
English
|
13 | |
questions_answers_and_amendments_update_4.pdf | 001 |
English
|
14 |
Access the Getting started page for details on how to bid, and more.