SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

RFP #300 - Cyber Protection Services

Solicitation number 300

Publication date

Closing date and time 2017/10/23 14:00 EDT


    Description

    Requirement Details

    Tendering Procedure: Selective Tendering

    This bid solicitation cancels and supersedes previous bid solicitation number PW-17-00789498 dated 3 August 2017 with a closing of 18 August 2017 at 14:00 Eastern Daylight Time (EDT). A debriefing or feedback session will be provided upon request to bidders/offerors/suppliers who bid on the previous solicitation.

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region under the EN578-170432 series of SAs, for the following categories:

    Two (2) Level 2 IT Security Design Specialist

    One (1) Level 3 IT Security Design Specialist

    The following SA Holders have been invited to submit a proposal:

    01 Millennium Consulting Inc.

    1511995 Ontario Ltd

    1728193 Ontario Inc

    2Keys Corporation

    4165047 CANADA INC., INNOVISION CONSULTING INC., IN JOINT VENTURE

    7792395 Canada Inc.

    ADGA Group Consultants Inc.

    ADIRONDACK INFORMATION MANAGEMENT INC., Valcom Consulting Group Inc., FlexEDGE Consulting Inc., IN JOINT VENTURE

    ADRM Technology Consulting Group Corp.

    ADRM Technology Consulting Group Corp. and Randstad Interim Inc

    Altis Human Resources (Ottawa) Inc., and Excel Human Resources Inc., in Joint Venture

    AMITA Corporation

    ARTS Technologies Inc.

    Breckenhill Inc.

    Cache Computer Consulting Corp.

    CALIAN LTD., DWP SOLUTIONS INC., IN JOINT VENTURE

    CGI Information Systems and Management Consultants Inc.

    Cistel Technology Inc.

    CM Inc.

    Cofomo Inc.

    Computer Sciences Canada Inc. /Les sciences de l'informatique Canada Inc.

    Conoscenti Technologies Inc.

    Contract Community Inc.

    Coradix technology Consulting Ltd.

    CSI Consulting Inc., FoxWise Technologies Inc., DWP Solutions Inc., Innovision Consulting Inc., IN JOINT VENTURE

    Cygnos Corp.

    Dalian Enterprises and Coradix Technology Consulting, in Joint Venture

    Deloitte Inc.

    DLS Technology Corporation

    DOLOMITE - PUR – PHIRELIGHT – SPHYRNA IN JV

    Dolomite Networks Corporation

    DWP Solutions Inc.

    Eagle Professional Resources Inc.

    Eclipsys Solutions Inc

    Emerion

    ENET4S SOFTWARE SOLUTIONS LTD

    Ernst & Young LLP

    ESIT Canada Enterprise Services Co. ESIT Canada Services AuxEntreprises Cie.

    Excel Human Resources Inc.

    Facilité Informatique Canada Inc.

    Fifalde Consulting Inc.

    General Dynamics Land Systems – Canada Corporation

    Groupe Alithya Inc / Alithya Group Inc

    Helm's Deep Consulting Corp., Integrated Network Security Alliance in JOINT VENTURE

    HELM'S DEEP CONSULTING CORP., MESSA COMPUTING INC., THINKPOINT INC., IN JOINT VENTURE

    HubSpoke Inc.

    I.M.P. Group Limited

    I4C INFORMATION TECHNOLOGY CONSULTING INC

    IBISKA Telecom Inc.

    Ibiska Telecom Inc. and CM Inc., as a contratual Joint Venture

    IBM Canada Ltd.

    IDS Systems Consultants Inc.

    Integra Networks Corporation

    IPSS INC.

    IT/NET OTTAWA INC, KPMG LLP, in joint venture

    iVedha Inc.

    Juno Risk Solutions Incorporated

    KPMG LLP

    Leverage Technology Resources Inc.

    Makwa Resourcing Inc., TPG Technology Consulting Ltd. in JOINT VENTURE

    Maplesoft Consulting Inc.

    MDOS CONSULTING INC.

    MDOS Consulting Inc., INVA Corporation, KOZA Technology Consulting Inc., in Joint Venture

    MGIS Inc.

    MGIS Inc., B D M K Consultants Inc IN JOINT VENTURE

    Mindwire Systems Ltd.

    Mishkumi Technologies Inc.

    Modis Canada Inc

    NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT VENTURE

    Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE

    NRNS Incorporated

    Olav Consulting Corp

    Phirelight Security Solutions Inc.

    PrecisionIT Inc,IDS Systems Consultants Inc., PrecisionERP Incorporated, in JOINT VENTURE

    Pricewaterhouse Coopers LLP

    Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE

    Protak Consulting Group Inc.

    Quallium Corporation

    Randstad Interim Incorporated

    Reticle Ventures Canada Incorporated

    S.i. Systems Ltd.

    Samson & Associés CPA/Consultation Inc

    Sierra Systems Group Inc.

    Solana Networks INC.

    Solutions Moerae Inc

    Somos Consulting Group Ltd.

    Spaghetti Logic Inc.

    Sphyrna Security Incorporated

    T.E.S. Contract Services INC.

    TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.

    TELUS Communications Inc.

    TeraMach Technologies Inc.

    Thales Canada Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    The Halifax Group Inc.

    The Herjavec Group

    The KTL Group, Inc.

    THE SOURCE STAFFING SOLUTIONS INC.

    Thinking Big Information Technology Inc.

    TPG Technology Consulting Ltd.

    Transpolar Technology Corporation and The Halifax Computer Consulting Group In Joint Venture

    TRM Technologies Inc.

    TRM Technologies Inc., BP&M Government IM & IT Consulting Inc., IN JOINT VENTURE

    Tundra Technical Solutions Inc

    Turtle Technologies Inc.

    Turtle Technologies Inc. and SOMOS Consulting Group Ltd. In Joint Venture

    Veritaaq Technology House Inc.

    Description of Work:

    The Office of the Auditor General of Canada (OAG) has conducted an IT security self-assessment of Tier 1 systems and applications based on Treasury Board (TB) standards and guidelines (ITSG-33) and has an action plan in place that will steer the OAG towards a lower residual risk of its security posture.

    The OAG requires cyber protection services to assist in addressing certain gaps as identified in its IT security self-assessment, including implementation of a more robust security posture in accordance with TB standards and guidelines.

    It is intended to result in the award of one contract for 1 year, plus two (2) additional one (1) year irrevocable options allowing Canada to extend the term of the contract.

    • Bidders must submit a bid for all resource categories 

    • The work is currently not being performed by a contracted resource

    Security Requirement: Secret

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.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.

    NOTE: Task‐Based Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.‐NCRIMOS@pwgsc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • 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)

    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
    Auditor General of Canada, Office of the
    Address
    240 Sparks Street
    Ottawa, Ontario, K1A0G6
    Canada
    Contracting authority
    Cooper, Beth
    Email
    suppliers@oag-bvg.gc.ca
    Address
    240 Sparks Street
    Ottawa, ON, K1A 0G6
    CA

    Buying organization(s)

    Organization
    Auditor General of Canada, Office of the
    Address
    240 Sparks Street
    Ottawa, Ontario, K1A0G6
    Canada
    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: