ADVANCE PROCUREMENT NOTICE THREAT RISK ASSESSMENT AND SECURITY DESIGN BRIEF CONSULTANT SERVICES ACROSS THE COUNTRY
Solicitation number NR17TRA1_APN
Publication date
Closing date and time 2018/03/21 14:00 EDT
Description
Advance Procurement Notice
Threat Risk Assessment and Security Design Brief Consultant Services
across the country
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation. This is an advance notice of a potential program with anticipated security requirements to provide interested consultants an opportunity to apply for security clearances. Note that there is no guarantee that this program will proceed.
Description of the Program
Directorate of Real Property Project Development (DRPPD) is seeking third-party support to determine physical security safeguards that need to be incorporated into the design of new and/or renovations of facilities.
Description of the Services
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.
Security Requirements
Consultants will be required to hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET with approved DOCUMENT SAFEGUARDING at the level of SECRET, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).
Sub-consultants will be required to hold a FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
Overall program value is estimated to be in the order of $5,000,000.00 over the next three (3), years with the majority of projects to be between $60,000 to $100,000.
It is anticipated that these procurements, associated with this program, will be initiated in the Fall of 2018. This is conditional on the project receiving approval to proceed by the DND.
Process
Consultants that do not meet the stipulated security requirements and that are interested in submitting to future possible procurements that fall under this program can apply for the security clearance through the Industrial Security Program (ISP). This can be done by following the procedure on DCC’s website at the following link: http://www.dcc-cdc.gc.ca/english/contractors_consultants.html. Consultants are asked to submit their request prior to March 21, 2018 quoting the following information:
- Contract number NR17TRA1; and
- Level of clearance requested to be sponsored for.
Question
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 the Threat Risk Assessment Program can be addressed to:
Julie Demers
Team Leader, Contract Services
Defence Construction Canada
(613) 991-6702
Contract duration
Refer to the description above for full details.
Trade agreements
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
- Contracting authority
- Demers, Julie
- Phone
- 613-991-6702
- Email
- Julie.Demers@dcc-cdc.gc.ca
Buying organization(s)
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
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.