DAMBALLA FAILSAFE SECURITY SOLUTION

Solicitation number W7714-125679/A

Publication date

Closing date and time 2012/03/28 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Conexsys Communications Limited
    6715 Millcreek Drive
    Unit 5 & 6
    Mississauga Ontario
    Canada
    L5N5V2
    Nature of Requirements: 
    Damballa Failsafe Security Solution
    W7714-125679/A
    Lessard, Peter
    Telephone No. - (819) 956-5846
    Fax No. - (819) 953-3703
    
    REQUIREMENT:
    
    Defence Research Development Canada (DRDC) has a requirement for
    the provision of goods as specified under "Background" below.
    The purpose of this Advance Contract Award Notice (ACAN) is to
    signal the government's intention to award a contract for these
    goods to Conexsys Communications Limited of Mississauga,
    Ontario. Before awarding a contract, however, the government
    would like to provide otherv suppliers with the opportunity to
    demonstrate that they are capable of satisfying the requirements
    set out in this Notice, by submitting a statement of
    capabilities during the 15 calendar day posting period. 
    
    If other potential suppliers submit a statement of capabilities
    during the 15 calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    BACKGROUND:
    
    Defence Research Development Canada is seeking to enhance its
    Network Security specifically in regards to malware and
    persistent threat detection. DRDC believes that the most
    efficient method to provide this detection is through hardware
    appliances designed specifically for detection of malware and
    persistent threats. 
    
    Public Works and Government Services Canada, on behalf of its
    Client, DRDC, intends to enter into a sole source contract with
    Conexsys Communications Limited for the purpose of procurement
    of the following:
    
    Initial Requirement
    
    1)	1 Damballa Failsafe Security Solution - 2,501 - 5,000
    2)	1 Damballa G2 Management Console - Lease
    3)	7 Damballa G2 Sensor - Lease
    
     
    MINIMUM ESSENTIAL REQUIREMENTS
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets all of the mandatory requirements
    at Annex A
    
    JUSTIFICATION FOR THE PRE-SELECTED SUPPLIER 
    
    The reasons for single tendering are described at Annex A.
    
    Section 6 of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    
    Articles 506.12(a) and 506.12(b) of AIT are applicable on the
    basis of limited tendering due to compatibility with existing
    products, to recognize exclusive rights, such as exclusive
    licenses, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative, and when there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists, respectively.
    
    Articles 1016.2(b) and 1016.2(d) of NAFTA are applicable on the
    basis of limited tendering due to reasons where, for works of
    art, or for reasons connected with the protection of patents,
    copyrights or other exclusive rights, or proprietary information
    or where there is an absence of competition for technical
    reasons, the goods or services can be supplied only by a
    particular supplier and no reasonable alternative or substitute
    exists, for additional deliveries by the original supplier that
    are intended either as replacement parts or continuing services
    for existing supplies, services or installations, or as the
    extension of existing supplies, services or installations, where
    a change of supplier would compel the entity to procure
    equipment or services not meeting requirements of inter
    changeability with already existing equipment or services,
    including software to the extent that the initial procurement of
    the software was covered by this Chapter, respectively.
    
    PERIOD OF CONTRACT
    
    The proposed contract is for the purchase a Damballa Failsafe
    Security Solution including associated maintenance and support
    services for a period of one (1) year from date of Contract
    Award.  
    
    The solution will be delivered within 10 days of any resulting
    contract.
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING
    THIS REQUIREMENT IS 2:00 p.m. EST, 28 MARCH 2012.
    
    
    ANNEX A
    
    The reasons for sole source justification for the required
    malware and persistent threats Solution are detailed below. DRDC
    requires the solution to be compliant with the following
    functionalities:
    
    1.) The product must detect suspicious files (potential malware)
    entering the network, and analyze them to determine whether they
    are malicious. 
    
       a. Analysis must be configurable so that either it happens
    automatically, or files can be chosen for analysis.
    
       b. Analysis must be done using cloud-based systems instead of
    equipment on customer premises (in order to avoid scalability
    issues).
    
       c. Analysis must not be done using only virtualized systems
    (in order to avoid difficulties related to the combinatorial
    explosion of software packages and versions, and the complexity
    of upgrading multiple virtual configurations).
    
    2.) The product must detect infected systems based on their
    attempts to communicate with malicious domains.
    
    3.) The threat intelligence used to recognize malicious domains
    must not be based on a simple "trusted source" list but rather
    on a reputational system derived from analysis of global DNS
    activity and updated continuously.
    
    4.) The product must detect the use of Domain Generation
    Algorithms (which get around blacklisting) by observing DNS
    queries.
    
    5.) Analysis must be domain-based, rather than IP-based (in
    order to increase accuracy and avoid false positives).
    
    6.) The product must, whenever possible, identify the specific
    criminal operator groups that are related to the infections
    discovered on machines in the network.
    7.) The product must operate out-of-line with respect to normal
    traffic flow within the network, so that there are no issues
    related to latency or single points of failure.
    
    8.) The product must be able to mitigate the threats posed by
    infected systems in two ways:
    
       a. Using TCP resets to block communications with malicious
    sites
    
       b. Spoofing responses from DNS servers so that infected
    systems are directed somewhere else, instead    of to malicious
    sites.
    
    9.) The product must correlate evidence of infections, and
    present it accurately and clearly.  Alerts must NOT be issued
    for each piece of evidence observed; they must be issued only
    when there is overwhelming evidence of an infection.
    
    10.) The product must record the communications between a
    possibly infected machine and the malicious sites that it tries
    to communicate with, so that forensic analysis can be done.
    
    11.) Because the threat landscape is constantly changing, the
    product must operate based on threat intelligence that is
    re-evaluated and updated daily.  In particular, the product
    should avoid using simple blacklisting or whitelisting
    approaches.
    
    12.) The product must operate using timely and accurate threat
    intelligence that is derived from sources including-but going
    beyond-analysis of malware samples.  The vendor should have a
    proven record of thought leadership in the advanced cyber threat
    discipline, and should have a history of publishing new research
    and participating in industry research groups and academia.  The
    vendor's research methodology must have been proven through
    publication in peer-reviewed academic journals.
    
    13.) The product should operate effectively out of the box,
    without extensive tuning.
    
    
    You are hereby notified that the Government intends to solicit a
    bid and negotiate with one firm only as identified above.
     
    If you wish to submit a written response showing that you are
    capable of meeting this requirement, it must be done not later
    than the specified closing date and time. The file number,
    contracting officer's name, and the closing date of the ACAN
    must appear on the outside of the envelope in block letters or,
    in the case of a facsimile transmission, on the covering page.
    As it is intended to proceed in a timely manner, responses
    received after the closing date will not be considered.
    
    Responses received on or before the closing date will be
    considered solely for the purpose of deciding whether or not to
    conduct a competitive procurement. Information provided will be
    used by the Crown for technical evaluation purposes only and is
    not to be construed as a competitive solicitation. Your written
    response must provide sufficient evidence (e.g. specifications,
    technical data, drawings, or any other proof) that clearly
    demonstrates that your product or service is capable of
    fulfilling this requirement.
    Suppliers that have submitted a response will be notified in
    writing of PWGSC's decision to continue with the non-competitive
    procurement or to compete the requirement.
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Lessard, Peter
    Phone
    (819) 956-5846 ( )
    Fax
    (819) 953-3703
    Address
    11 Laurier St. / 11 rue, Laurier
    4C1, Place du Portage, Phase III
    Gatineau, Quebec, K1A 0S5

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    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: