Network Security Analyst - Level 2
Solicitation number 2018-21757
Publication date
Closing date and time 2019/05/07 14:00 EDT
Last amendment date
Description
Tendering Procedure: Selective Tendering
This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the Quebec Region and National Capital Region for the following category:
One (1) Level 2 Network Security Analyst
The following SA Holders have been invited to submit a proposal:
- ADGA Group Consultants Inc
- Calian Ltd
- Dalian Enterprises and Coradix Technology Consulting, in Joint Venture
- General Dynamics Mission Systems – Canada
- Modis Canada Inc
- Reticle Ventures Canada Incorporated
- T.E.S. Contract Services INC.
- Thales Canada Inc.
- The Herjavec Group
- Tundra Technical Solutions Inc
- C3SA Cybernetic Security Audit Inc.
- Cache Computer Consulting Corp.
- -MGIS Inc, B.D.M.K. Consultants Inc. In Joint Venture
- -Solutions Moerae Inc
- TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA
Description of Work:
Defense Research and Development Canada (DRDC) is currently integrating into a common environment, various computers, sensors, data storage and communication devices operating in various security domains. Data exchange between these enclaves must be strictly controlled according to the nature of the data exchanged and the path taken. Towards this end, DRDC has obtained a series of security appliances that must be configured to properly control the flow of information depending on their origin, security level and the direction taken.
The Network Security Analyst will perform tasks as follows:
Be the primary crypto expert for the configuration, KeyMat requests / downloads / loading / audits / deletions, zeroization, testing, operation, tracking of Hold-Up Batteries (HUB) status and user training for security appliances, technologies and topics including:
- Inline Network Encryptor (INE) systems
- Type 1 encrypted radios/terminals
- Type 3 encryption-enabled devices
- Multi-domain security technologies
- Data-at-rest and emergency zeroize
- Commercial Solutions for Classified (CSfC) program related technologies and policies including Dual-AES encryption/VPN
Participate in design, implementation and testing of prototypes and lab security architecture including, but not limited to:
- Intrusion Detection System / Intrusion Protection System (IDS/IPS) selection, procurement specifications, integration, configuration and validation
- Network protocols and appliances security characteristics (e.g.: Password management, tunnelling/encryption, IP scheme changes)
- Define, establish secure system exploitation procedures/policies and assist with their implementation (computers/systems credentials management, data scrubbing, antivirus scans)
- Contribute to the preparation of Request for Change (RFC) and assist with security assessment and authorization (SA&A) processes (e.g.: Define and document the security CONOPS, TEMPEST & EMSEC considerations [physical red/black separation, electrical/conducted EMI red/black separation], define the systems security cleanup procedure prior to connection of a prototype to a secure network, plan & conduct periodic security audits)
- Provide advice and conduct training activities for the involved ISSOs; and
- Provide security Subject Matter Expert advice and technical support for other security related activities as agreed upon between the TA and the Contractor (e.g.: train end-users and newly involved stakeholders, provide technical documentation to security stakeholders, attend relevant meetings/conferences and share findings with the project team members, provide assistance with security appliances inventory tracking).
Anticipated starting date: 2019-05-21
Contract duration:
The Contract will be for a period of one (1) year from the date of contract award and will be subject to an irrevocable option to extend the term by one (1) additional year.
Security requirement: PWGSC FILE # Common PS SRCL #21
The Contracting Authority for the Contract is:
Name : Martin Verrier
Title : Procurement agent
Organization : Defence Research and Development Canada – Valcartier Research Centre
Address : 2459 de la Bravoure Road
Telephone : 418-844-4000 ext. 4419
E-mail address : martin.verrier@drdc-rddc.gc.ca
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-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Verrier, Martin
- Phone
- 418-844-4000 ext 4419
- Email
- martin.verrier@drdc-rddc.gc.ca
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.