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:

    1. Inline Network Encryptor (INE) systems
    2. Type 1 encrypted radios/terminals
    3. Type 3 encryption-enabled devices
    4. Multi-domain security technologies
    5. Data-at-rest and emergency zeroize
    6. 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:

    1.  Intrusion Detection System / Intrusion Protection System (IDS/IPS) selection, procurement specifications, integration, configuration and validation
    2. Network protocols and appliances security characteristics (e.g.: Password management, tunnelling/encryption, IP scheme changes)
    3. Define, establish secure system exploitation procedures/policies and assist with their implementation (computers/systems credentials management, data scrubbing, antivirus scans)
    4. 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)
    5. Provide advice and conduct training activities for the involved ISSOs; and
    6. 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)

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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 Dr
    Ottawa, Ontario, K1A0K2
    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
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Region of opportunity
    Quebec (except NCR), 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: