NETWORK ANALYST

Solicitation number W0135-110001/A

Publication date

Closing date and time 2012/07/25 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    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: 
    ANTHONY P VANDERWALL
    ANTHONY P VANDERWALL
    9 ROBINHOOD COURT
    NORTH BAY Ontario
    Canada
    P1C1L3
    Nature of Requirements: 
    COMMAND AND CONTROL NETWORK ANALYST
    
    "THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT"
    
    The Department of National Defence (DND), in North Bay, ON, has
    a requirement for a Operations, Command and Control Network
    Analyst who can perform the Joint Interface Control Officer
    (JICO) function.
    
    The work will consist of:
    
    Determining the impact of Joint Data  Networks and Operations in
    the area of operations and report potential problems and
    solutions.
    Providing requirements for data link and associated voice
    communications to communication planners to include secure
    communications requirements to the Theatre Crypto Manager and
    verify all units receive the required secure communications
    items.
    Assessing multi-Tactical Data Link (TDL) architecture against
    requirements, and provide feedback and alternatives, ensuring
    network architecture supports the air defence plans, including
    friendly unit identification.
    Gathers requirements found during Gap Analysis of Operations and
    data link system 
    enhancements and maintenance using interviews, document
    analysis, requirements workshops, surveys, site visits,
    regulations and checklists, observation, event reports, exercise
    lessons-learned, threat analysis, task and workflow analysis
    considering demographics and characteristics of operators, and
    existing project research, asking the right questions to surface
    essential requirements information.
    Research adjacent NORAD Sector, CF Navy, CF Army, Canada Command
    and Northern Command Requirements for overlap with existing or
    proposed requirements.
    
    The contractor will require an extensive knowledge of:
    
    ·	Gap Analysis to determine the specific difference between
    actual capabilities and the mission requirements.
    ·	Strategic Analysis for determining the Canadian NORAD Region
    and 22 Wing's internal weaknesses and strengths as contrasted
    against external regulated requirements and the myriad of
    threats, both foreign and domestic.
    ·	Analysis for evaluation of operational systems to identify
    desired capabilities and determine procedures for efficiently
    attaining them.
    ·	Change Management to aid in evolution, composition and policy
    management of the design and implementation of a project.
    ·	Conflict Resolution for fostering communication among
    disputants, problem solving, and drafting agreements that meet
    their underlying needs.
    ·	Negotiating Skills to resolve disputes and produce an
    agreement on courses of action as well as bargain and craft
    outcomes to satisfy requirements.
    ·	Presentation Skills for precisely presenting reports and
    requirements to diverse audiences using various appropriate
    media.
    ·	Communication Skills for conveying messages to others clearly
    and unambiguously, and for receiving information from others,
    with as little distortion as possible.
    ·	Writing and Editing Skills  for understanding technical and
    abstract concepts and documents, improving them for readability
    and understanding, as well as the ability to draft documents
    requiring minimal revision.
    ·	Joint Interface Control Officer Skills and certification: IAW
    CJCSM 6120.01C Ch1, 1 June 2003 A-3-7 Enclosure A, at the NORAD
    Regional Interface Control Officer level. 
    ·	All NORAD and Canadian multi-tactical data link architectures,
    equipment capabilities and limitations, information exchange
    requirements, networks used, and future plans.
    ·	Creating a North American OPTASKLINK message coordinating and
    planning US DoD and Canadian Forces data link interoperability.
    
    ·	Hardware/Software: Must be proficient in using PC-based
    computer hardware devices and Microsoft Office software
    applications, with emphasis upon word processing, briefing
    development, and electronic information exchange using the
    Outlook system. A minimum of six years experience in automated
    tools such as Microsoft application is required. 
    ·	Teleprocessing: Must be able to use compatible E-mail to
    transfer electronic documents and information.
    ·	Ability to gain approval for access to classified and
    unclassified military local area networks in the performance of
    work responsibilities.
    ·	Trouble-Shooting skills for finding the root cause behind
    capability deficiencies and interface problems.
    ·	Project Management skills for assisting in timely project
    completion and understanding of the project management process
    for milestone accomplishment.
    ·	Research skills for finding all governing regulations and
    directives and understanding how they will affect operational
    capability reporting.
    ·	Excellent oral and written communication skills.
    ·	Interpersonal skills for building credibility and conveying
    integrity.
    ·	Team building skills for facilitating a synergetic outcome
    from working groups.
    
    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  
    
    1.  The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of NATO SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2.  This contract includes access to controlled goods. Prior to
    access, the contractor must be registered in the Controlled
    Goods Program of Public Works and Government Services Canada.
    
    3.  The Contractor personnel requiring access to CLASSIFIED
    information, assets or sensitive work site(s) must EACH hold a
    valid personnel security screening at the level of  SECRET,
    granted or approved by CISD/PWGSC.
    
    4.  The Contractor personnel requiring access to NATO CLASSIFIED
    information, assets or sensitive work site(s) must be permanent
    residents of Canada or citizens of a NATO member country and
    EACH hold a valid personnel security screening at the level of 
    NATO SECRET, granted or approved by the appropriate delegated
    Nato Security Authority.
    
    5.  The Contractor MUST NOT remove any CLASSIFIED information
    from the identified work site(s), and the Contractor must ensure
    that its personnel are made aware of and comply with this
    restriction. 
    
    6.  Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    7. 	The Contractor must comply with the provisions of the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex 				____
    	(b) 	Industrial Security Manual (Latest Edition).
    
    Anthony's Analysis Services is the only known supplier that is
    uniquely qualified, skilled, and experienced to undertake the
    above work. 
    
    For reasons of exclusive rights, and only one firm being capable
    of performing the contract, it is Canada's intention to
    negotiate directly with  Anthony's Analysis Services.
    
    Single sourcing applies under Government Contract Regulations
    Section 6  (d) - "only one person or firm is capable of
    performing the contract".  The Agreement on Internal Trade is
    applicable to this requirement.  Limited Tendering is applicable
    under Article 506.12 (b) where there is an absence of
    competition for technical reasons and the goods can be supplied
    only by a particular supplier and no alternative or substitute
    exists.  to ensure compatibility with existing products.  The
    North American Free Trade Agreement  is applicable to this
    requirement.  Limited tendering is applicable under Article 1016
    (b), 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 could not be
    obtained in time by means of open or selective tendering
    procedures.
    
    
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Grozdanovski, Tase
    Phone
    (905) 615-2080 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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)

    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: