IT Security Risk Management Service
Solicitation number 47419-193674/A
Publication date
Closing date and time 2021/05/10 14:00 EDT
Last amendment date
Description
Trade Agreement: Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: ****NEW CLOSING DATE;Solicitation closes at 2:00PM on 2021-05-10 Notice of Proposed Procurement (NPP) for Task Based Informatics Professional Services (TBIPS) - 47419-193674/A Only TBIPS SA Holders currently holding a TBIPS SA for Tier 2, in all required resource categories in this solicitation and in the National Capital Region under the EN578-170432 series of SAs are eligible to compete. The TBIPS SA EN578-170432 is incorporated by reference and forms part of this bid solicitation, as though expressly set out in it, subject to any express terms and conditions contained in this bid solicitation Should you require more information on how to become a qualified TBIPS Supply Arrangement Holder, please contact the Manager of the Informatics Method of Supply (IMOS) at: rcnmdai.-ncrimos@tpsgc-pwgsc.gc.ca Requirement This bid solicitation is being issued to satisfy the requirement of (CBSA) (the "Client") for Task-Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. This requirement is for the provision of Informatics professional services that is to ensure the protection of CBSA and CBSA client’s Data and systems from cyber attacks and data theft, both for existing data, systems and applications and those under development. These activities secure the protected and classified data processed on the various CBSA IT infrastructure for both existing CBSA systems and applications and those under development. The Resource Categories described below are required on an as and when requested basis: WORKSTREAM 1 Resource Category Level # of resources C.1 - Strategic Information Technology Security Planning and Protection Consultant 3 1 C.3 - Information Technology Security Threat and 3 2 Risk Assessment and Certification and Accreditation Analyst (Classified) C.3 - Information Technology Security Threat and 3 12 Risk Assessment and Certification and Accreditation Analyst (Protected) C.11 - Information Technology Security Vulnerability 3 2 Analysis Specialist C.14 - Information Technology Security Research and 3 1 Development WORKSTREAM 2 A.9 - System Auditor 3 1 B.4 - Business Continuity/Disaster Recovery Specialist 3 1 C.6 - Information Technology Security Engineer 3 1 I.11 - Technology Architect 3 1 P.9 - Project Manager 3 1 It is intended to result in the award a maximum of one contract in each of two Workstreams, with each contract purchasing Work from only one Workstream. Each contract will be for two years plus three one-year irrevocable options allowing Canada to extend the term of the contract. Bidders do not have to submit a bid for each Workstream. In the event that a Bidder wants to bid on more than one Workstream, a separate technical bid should be submitted for each Workstream. Current Incumbents Vendor name: MDOS Consulting Initial Contract Period: 17-Mar-17 Contract Value (including applicable taxes): $1,484,820.00 Vendor name: Sphyrna Security Inc. Initial Contract Period: 13-Aug-15 Contract Value (including applicable taxes): $1,553,750.00 Vendor name: DWP Solutions Inc. Initial Contract Period: 22-Jul-16 Contract Value (including applicable taxes): $1,049.092.00 Vendor name: MapleSoft Initial Contract Period: 20-Jul-18 Contract Value (including applicable taxes): $625,000.00 Vendor name: Calian Ltd. / DWP Solutions Inc. in JV Initial Contract Period: 24-Jul-18 Contract Value (including applicable taxes): $1,252,000.00 ePost Connect Service This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically. To submit a bid using epost Connect service, the Bidder must either i) send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for epost Connect provided by Canada Post Corporation; or ii) if the Bidder does not have its own licensing agreement for epost Connect, they will have to request to open an epost Connect conversation by emailing PWGSC Bid Receiving Unit at tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca This should be sent as early as possible, and in any case, at least six business days prior to the solicitation closing date and time (in order to ensure a response). Requests to open an epost Connect conversation received after that time may not be answered. For additional information on the submission of bids using epost Connect, please refer to the RFP. Accessible Procurement Public Services and Procurement Canada (PSPC)’s goal is to ensure that the goods and services the Government of Canada (GC) buys are inclusive by design and accessible by default. Considering accessibility in public procurements is now an obligation in the Treasury Board Contracting Policy and accessibility criteria must be included in the requirements for goods and services, where appropriate. Security Requirement There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. Enquiries All questions in relation to this solicitation must be sent via email to Alain Huot at Alain Huot@tpsgc-pwgsc.gc.ca. Note to Bidders: This solicitation document is available in .PDF format only. Delivery Date: Above-mentioned 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.
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Huot(642el), Alain
- Phone
- (819) 665-7395 ( )
- Email
- alain.huot@tpsgc-pwgsc.gc.ca
- Address
-
Terrasses de la Chaudière 4th Floor
10 Wellington StreetGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__EL.B642.E39261.EBSU006.PDF | 006 |
English
|
39 | |
ABES.PROD.PW__EL.B642.F39261.EBSU006.PDF | 006 |
French
|
5 | |
ABES.PROD.PW__EL.B642.E39261.EBSU005.PDF | 005 |
English
|
33 | |
ABES.PROD.PW__EL.B642.F39261.EBSU005.PDF | 005 |
French
|
4 | |
ABES.PROD.PW__EL.B642.E39261.EBSU004.PDF | 004 |
English
|
29 | |
ABES.PROD.PW__EL.B642.F39261.EBSU004.PDF | 004 |
French
|
3 | |
ABES.PROD.PW__EL.B642.E39261.EBSU003.PDF | 003 |
English
|
37 | |
ABES.PROD.PW__EL.B642.F39261.EBSU003.PDF | 003 |
French
|
6 | |
ABES.PROD.PW__EL.B642.E39261.EBSU002.PDF | 002 |
English
|
42 | |
ABES.PROD.PW__EL.B642.F39261.EBSU002.PDF | 002 |
French
|
6 | |
ABES.PROD.PW__EL.B642.E39261.EBSU001.PDF | 001 |
English
|
51 | |
ABES.PROD.PW__EL.B642.F39261.EBSU001.PDF | 001 |
French
|
9 | |
ABES.PROD.PW__EL.B642.E39261.EBSU000.PDF | 000 |
English
|
196 | |
ABES.PROD.PW__EL.B642.F39261.EBSU000.PDF | 000 |
French
|
22 |
Access the Getting started page for details on how to bid, and more.