EXTENSION OF CYBER INCIDENT RESPONSE TOOL

Solicitation number W7701-125207/B

Publication date

Closing date and time 2012/12/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    	
    EXTENSION OF CYBER INCIDENT RESPONSE TOOL
    FOR
    DEFENCE R&D CANADA, VALCARTIER
    
    Objective : 
     
    Add additional features to a tool for responding to cyber
    incidents, in order to meet the needs of the Department of
    National Defence (DND) R&D in this area.
     
    Background / History :
    
    Considerable effort is currently being put into developing a
    process for responding to cyber incidents for DND. The
    development of this process requires a cyber incident integrated
    response tool to evaluate the feasibility of several proposed
    approaches.
    
    In recent years, tools for responding to cyber incidents have
    reached the marketplace. A team of scientists from Defence R&D
    Canada (DRDC) have evaluated several such tools. They concluded
    that no existing tool has all the capabilities necessary to
    support the development work for the process.
    
    The development from scratch of an integrated tool to respond to
    cyber incidents with all the desired capabilities would require
    too much effort for the scope of the project. It is therefore
    proposed to extend the capabilities of an existing tool for
    responding to cyber incidents by adding additional features.
    
    The mandatory requirements are as follows: 
    
    1	The supplier must have the rights required to sell and modify
    a cyber incident response tool that meets mandatory criteria 2
    to 10 below.
    2	The tool must fully function with Windows XP and Windows 7.
    The tool must be able to analyze computers equipped with Windows
    XP 32-bit, Windows 7 32-bit and Windows 7 64-bit operating
    systems.
    3	The tool must be capable of remotely checking whether a
    computer is compromised using a software agent or other means.
    4	The tool must be capable of checking the validity of computer
    networks using a centralized management console. All incident
    response features must be capable of being operated from this
    console. Only the software agent installation process (or other
    technique) can be performed using means other than the
    centralized management console.
    5	The tool must be capable of checking the integrity of a
    process in memory, for example by comparing its memory dump to
    that on the disk by simulating the module load in Windows.
    6	The tool must be capable of verifying the integrity of a file
    on the disk, for example by comparing the information gathered
    by Windows APIs to that obtained via a direct read of data using
    a driver.
    7	The tool must be capable of verifying the integrity of the
    Windows registry, for example by comparing the information
    gathered by the Windows APIs to that obtained via a direct read
    of data using a driver.
    8	The tool must be capable of detecting floating code.
    9	The tool must be capable of remotely extracting the content of
    the memory associated with a process.
    10	The tool must have the capability of detecting the following
    hooks and identifying the originating process of the hook: (i)
    Service table hooks (ii) Inline hooks (iii) IAT/EAT hooks (iv)
    IDT hooks (v) SYSENTER hooks (vi) DKOM hooks
    11	The supplier must be able to provide the services of an
    intermediate developer with a minimum of 24 months of experience
    in Windows driver development. (As specified at Section 3.2,
    Part 4, of this document, the Bidder must provide the curriculum
    vitae of each proposed resource.)
    12	The supplier must be able to provide the services of an
    intermediate developer with a minimum of 24 months of experience
    in the development and/or integration of Windows malware
    detection techniques. (As specified at Section 3.2, Part 4, of
    this document, the Bidder must provide the curriculum vitae of
    each proposed resource.)
    13	The supplier must be able to provide the services of a
    project manager. (As specified at Section 3.2, Part 4, of this
    document, the Bidder must provide the curriculum vitae of each
    proposed resource.)
    
    The organization for which the services are to be rendered is
    the Department of National Defence (the «client»).
    
    The period of the Contract is from the date of contract award to
    March 31, 2016, inclusive. The Contractor grants to Canada the
    irrevocable option to extend the term of the Contract by up to 4
    additional 1 year-periods under the same terms and conditions.  
    
    The estimated value of the contract is $900,000.00, plus
    GST/HST, for the portion of the work done on request via task
    authorizations during the initial contract period (from the
    start date of the contract until March 31, 2016, inclusive).
    
    The contract will also include a sum (not disclosed) for the
    purchase of a maximum of 100,000 additional and optional
    licenses for the software that include maintenance and support.
    The purchase of licenses is planned for the period between April
    1, 2016, to March 31, 2020.
    
    Pursuant to section 01 of Standard Instructions 2003, Bidders
    must submit a complete list of names of all individuals who are
    currently directors of the Bidder.  Furthermore, as determined
    by the Special Investigations Directorate, Departmental
    Oversight Branch, each individual named on the list may be
    requested to complete a Consent to a Criminal Record
    Verification form.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    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.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Piras, Gabriel
    Phone
    (418) 649-2870 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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.

    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

    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: