Operational Research and Analysis

Solicitation number W7714-196996/B

Publication date

Closing date and time 2021/04/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1.0  TITLE
    
    System-of-Systems, Operational Research and Analysis (OR&A) and Strategic Analysis (SA) Analytical Support Services for Defence Research and Development Canada (DRDC)
    
    2.0  BACKGROUND
    
    DRDC provides integrated science and technology (S&T) advice and technical solutions, performs strategic S&T-based capability planning, and partners with industry, academia, other government departments (OGDs) and the public safety and national security communities to deliver solutions for the Department of National Defence (DND) and the Canadian Armed Forces (CAF), as well as the public safety and national security communities.
    
    As part of the DRDC organization, the Centre for Operational Research and Analysis (CORA), is the lead centre for OR&A and SA, bringing together the largest group of Canadian Defence OR&A and SA practitioners (approximately 150 civilian and military analysts) located in various Research Centres across Canada. CORA’s mandate is to provide objective, timely, credible and scientifically rigorous advice to senior decision-makers in DND/CAF. This advice is mainly applied to the core issues of strategy and policy, force development, capability production (including acquisition), force generation, force employment, force posture and readiness, and security science.
    
    For DRDC, there is also a requirement for system-of-systems analysis to support new strategic focus areas with analytical support services as part of the overall S&T program.  For example, Director General Science and Technology Force Employment (DGSTFE) has been the lead for the All Domain Situational Awareness (ADSA) S&T Program and its follow-on for Defence of North America. This S&T Program is responsible for delivering relevant and timely advice on technological solutions for the surveillance and defence in the air, maritime surface, sub-surface cyber and space domains in the approaches to Canada, including in the North. DGSTFE and other DG program leaders leverage the capability and capacity of CORA, other DRDC centres and industry directly for program delivery. Areas of interest include, but are not limited to personnel, space, surveillance, active defence, cyber, command and control, and chemical-biological defence systems.
    
    DRDC, OR&A and SA scientists are frequently involved in breaking down complex military problems into smaller, more manageable components and, wherever possible, use quantitative, qualitative and strategic analysis approaches to gain insights and shed light on the key elements of a decision and capability. To this end, a variety of  methodologies are utilized, including closed-form mathematical analysis techniques, multi-criteria decision analysis, risk analysis, cost-effectiveness analysis, modelling and simulation, statistical methods, advanced analytics and heuristic techniques.
    
    In order to accommodate the increasing demand for this type of expertise and work within DRDC, ADM (S&T) needs to supplement its capability and capacity, as well as advance the state of organizational knowledge and application. 
    
    3.0   OBJECTIVE
    
    The objective of this requirement is to establish a Task Authorization Contract to provide research and analysis support services to DRDC in the following service areas on an “as-and-when requested” basis:
    
    a.     Account Management;
    b.     Concept Development;
    c.     Experiment and Exercise Design;
    d.     Experiment and Exercise Conduct;
    e.     Software Tool Development;
    f.     Operational Research and Systems Analysis; 
    g.     Strategic Analysis; 
    h.    Administration Services and Data Collection; and
    i.      Technical Writer Professional.
    
    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 three (3) year period with two (2) one year option periods.
    **This bid solicitation cancels and supersedes previous bid solicitation number W7714-196996/A dated 2020/11/04 with a closing of 2020/12/15 at 14:00 Eastern Standard Time (EST)
    
    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

    • 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
    Sinka, William
    Phone
    (613) 410-6806 ( )
    Email
    William.Sinka@tpsgc-pwgsc.gc.ca
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 4e étage
    Gatineau, Quebec, K1A 0S5

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    005
    English
    31
    005
    French
    3
    004
    English
    25
    004
    French
    7
    003
    English
    28
    003
    French
    6
    002
    English
    31
    002
    French
    7
    001
    English
    61
    001
    French
    7
    000
    English
    200
    000
    French
    35

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: