ARMOUR TDP Automated Network Defence

Solicitation number W7714-115274/E

Publication date

Closing date and time 2013/05/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: If 3+ bids offer Canadian goods/services
    other bids will not be considered
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Automated Computer Network Defence (ARMOUR) Technology
    Demonstration (TD) project
    
    The Defence Research and Development Canada (DRDC) has a
    requirement for design, development, demonstration and testing
    of automated computer network defence technology.  This
    requirement of the Automated Computer Network Defence (ARMOUR)
    Technology Demonstration (TD) project contains two components:
    the Initial requirement and the Optional Services Requirement. 
    The Initial Requirement includes delivery of Research and
    Development (R&D) services and prototype systems to demonstrate
    computer network defence (CND) concepts on an operational
    segment of the Defence Research Network (DREnet) for potential
    future use by the Department of National Defence (DND).  The
    Optional Services Requirement includes delivery of additional
    R&D services and supporting software to further develop the
    prototype system delivered under the Initial Requirement and may
    include integration of project results into an Initial
    Operational Capability.
    
    The DRDC ARMOUR TD project has the following objectives:
    
    1.	Demonstrate an Automated Computer Network Defence system that
    will:
    ·	Compute defensive courses of action in response to identified
    vulnerabilities and attacks.
    ·	Prioritize defensive courses of action to minimize impact to
    operations, and costs.
    ·	Proactively and reactively respond by effectuating courses of
    action in a semi-automated 
    	(requiring operator intervention) or fully-automated manner
    (not requiring any operator 
    	intervention).
    ·	Compute system security metrics over the enterprise wide
    system to enable comparison of 
    	previous and potential network states.
    
    2.	Provide a software based Integration Framework that will:
    ·	Influence external CND programs and easily exploit innovations
    by providing a system for 
    	ongoing research and development that is shared with allies,
    research institutions, academia and 
    	commercial industry. 
    
    The period of the contract is 42 months, or less than 42 months
    if proposed in the winning Bidder's Bid, to complete the Basic
    Requirement.  The Optional Services Requirement may be exercised
    at any time after contract award and before contract expiry.  If
    exercised, the Contractor grants to Canada the irrevocable
    option to extend the period of the Contract by 3 additional 2
    year periods in accordance with the terms and conditions of the
    Contract for the Optional Services Requirement only.
    
    There is a security requirement associated with this
    requirement.  For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses.  Bidders should consult the
    "Security Requirements for PWGSC Bid Solicitations -
    Instructions for Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents Web
    site.
    
    Pursuant to section 01 of Standard Instructions 2003 and 2004,
    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).
    
    The requirement is subject to a preference for Canadian goods
    and/or services.
    
    This procurement is subject to the Controlled Goods Program.
    
    Bids will be technically evaluated in accordance with the
    evaluation criteria contained in the Request for Proposal.  The
    responsive bid with the Highest Total Point Score will be
    recommended for award of a contract.
    
    Delivery Date: 07/04/2017
    
    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
    Kate Mulligan
    Phone
    (819) 956-1325 ( )
    Fax
    (819) 997-2229
    Address
    11C1, Phase III
    Place du Portage
    11 Laurier St. / 11, rue Laurier
    Gatineau, Québec, 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.

    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)
    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: