Integrated Science and Technology Capabilities Accessible to the CSSP

Solicitation number W7714-196635/A

Publication date

Closing date and time 2020/02/13 13:00 EST

Last amendment date


    Description

    IMPORTANT NOTICE:

    There is a security requirements associated with this requirement.

    TITLE

    Integrated Science and Technology Capabilities Accessible to the CSSP

    BACKGROUND:

    The Defence Research and Development Canada (DRDC) Centre for Security Science (CSS), requires on an “as and when requested” basis, Science and Technology (S&T) capabilities accessible to the broader activities harmonized in the Canadian Safety and Security Program (CSSP), and others as appropriate.

    The CSS is largely dependent on access to S&T in the following five (5) broad domains to get work done and achieve the desired influences on Outcomes:

    1. CBRNE and Natural hazards;

    2. Critical, physical and digital infrastructure;

    3. Border security, Biometrics for national security and Surveillance Intelligence and Interdiction;

    4. Emergency Management, Communications Interoperability, Operational decision support, Psycho Social aspects; and

    5. Tri-Services, which includes Law enforcement (LE), Fire, Emergency Medical System (EMS).

      The Contractor must provide a range of services to the CSSP team. Work will be defined and authorized by Canada in the form of a task authorization that is raised on an “as and when requested” basis. After having accepted a task authorization, the Contractor must then execute the task, mostly at the Contractor’s facilities. The Contractor must perform such work in an iterative and incremental fashion, to ensure adherence to requirements and standards, access to first responders and to ensure the influence on Outcomes is reached. 

      It is expected that these tasks may include any of the following classes of support as shown below. To assist in the planning and the development of the CSSP portfolio areas, work tasks will be required to focus support within the following S&T areas of interest: 

    1. Chemical;

    1. Biological;
    2. Radiological/Nuclear;
    3. Explosives;
    4. Forensics of CBRNE;
    5. Critical Infrastructure Protection (CIP), Risk, Dependencies and Interdependencies;
    6. eSecurity, focused on bolstering Critical Digital Infrastructure for Industrial Control Systems (ICS) and Supervisory Control and Data Acquisition (SCADA) systems, as well as combating cybercrime by augmenting the Capability to identify, mitigate, neutralize cyber threats mainly at the national level;
    7. Border & Transportation Security, including Cargo security, Traveller security and Transit security;
    8. Biometrics for national security;
    9. Intelligence-led Surveillance & Interdiction;
    10. Emergency Management including Disaster resilience, Emergency Operations Centres (EOC), Situation Awareness, Operational decision support;
    11. Communications Interoperability;
    12. Psycho-Social including Community Resilience, as well as Radicalization & Extremism;
    13. Risk Assessment, Consolidated Risk Assessment (CRA) and All Hazards Risk Assessment (AHRA);
    14. Capability Based approach: capabilities to Anticipate, Prevent, Prepare, Respond and Recover from emergencies and disasters;
    15. Visual Analytics, predictive analytics as well as video analytics;
    16. Tri-services analyses (LE, Fire, EMS);
    17. Public Safety and Security Policy;
    18. Business Development, market analysis and Technology transition;
    19. Operational Research & Analysis;
    20. Advanced Strategic analysis; evidence based Policy analysis;
    21. Test and Evaluation (T&E) analysis; and
    22. Modelling and Simulation.
    1. Resource Categories

     

    Core Resource Categories (Resources required with bid submission)

      1. Account Manager

      2. Chief S&T Advisor

      3. Senior Capability Engineering and Architecture SME

      4. Cyber SME in ICS and SCADA

      5. Cyber SME in Capability to ID Mitigate Neutralize cyber threats

      6. Advanced Strategist

      7. Senior Modelling & Simulation Specialist. 

      8. Critical Infrastructure Protection (CIP) SME

        Secondary Resource Categories (Resources that are not required with bid-submission that may be required by future Task-authorizations)

      1. Project Manager

      2. Intermediate Capability Engineering and Architecture SME

      3. Security Risk Assessment SME

      4. Chemical Biological Agent SME

      5. Radionuclear Agent SME

      6. Explosives SME

      7. CBRNE Forensics SME

      8. Intermediate Modeling & Simulation Specialist

      9. Senior Test & Evaluation Specialist in Trials, Demonstrations and Experimentations

      10. Intermediate Test & Evaluation Specialist in Trials, Demonstrations and Experimentations

      11. Border Security SME

      12. Biometrics SME

      13. Emergency Management SME

      14. Communications Interoperability SME

      15. Wireless Communications and Information Sharing SME

      16. Data Science SME

      17. Community Resilience SME

      18. Radicalization & Extremism SME

      19. Business Development, Analysis and Transition SME

      20. Facilitation and Workshop Specialist

      21. Technical Writer

    The requirement is conditionally limited to Canadian services.

    This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canada’s Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA).

    The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 – Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity – Certification.

    The resulting contract is for a two (2) year period with three (3) one year option periods.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Clermont, Celeste
    Phone
    613 406-6895
    Email
    celeste.clermont@tpsgc-pwgsc.gc.ca
    Address
    10 Wellington st.
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    003
    English
    18
    003
    French
    4
    002
    English
    21
    002
    French
    1
    001
    English
    21
    001
    French
    2
    000
    English
    142
    000
    French
    29

    Access the Getting started page for details on how to bid, and more.

    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    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: