National Cybercrime Solution (NCS)

Solicitation number M7594-205915/C

Publication date

Closing date and time 2021/03/30 15:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Notice of Proposed Procurement (NPP) 
    
    Suppliers are to note that the following draft bid solicitation documents associated with this requirement have been published on BuyandSell to solicit Industry feedback: 
    
    -Draft Statement of Work and Appendices including Prototype Capability and Usability Assessment Criteria
    -Draft Evaluation Criteria
    - Draft Request for Proposal (RFP)
    
    Canada is requesting that industry submit their feedback to the three (3) draft documents listed above, no later than October 15, 2020 in order to allow Canada sufficient time make any necessary changes to its final solicitation documents. 
    
    Suppliers should note that they may submit feedback after the October 15, 2020 date, but their feedback may not be taken into consideration for incorporation into the final bid solicitation package.
    
    
    National Cybercrime Solution (NCS)
    
    This NPP is posted to engage Industry on the proposed procurement for a National CyberCrime Solution. As of July 31, 2020, Suppliers are to note that the following draft bid solicitation documents associated with this requirement have been published on BuyandSell to solicit Industry feedback: 
    
    -Draft Statement of Work and Appendices including Prototype Capability and Usability Assessment Criteria
    -Draft Evaluation Criteria
    
    A draft Request for Proposal containing the entire procurement strategy, the resulting contract terms and conditions is expected to be published by mid-September 2020, subject to change. In addition to any comments, questions and clarifications from Suppliers with regards to the attached draft Statement of Work and draft Evaluation Criteria, Canada would like to draw Suppliers’ attention and solicit feedback on the aspects of its requirement in the attached Questionnaire. Responses from Suppliers on these and other aspects of the draft Statement of Work and draft Evaluation Criteria may be taken into consideration in the finalization of the Request for Proposal. Canada will use this Industry feedback to inform its requirements. These requirements will form part of the final solicitation package that is currently scheduled to be published on BuyandSell by the end of October 2020, subject to change. The final solicitation package will be made available to all interested Suppliers. While industry responses are welcome up to the posting of the final solicitation package, Suppliers are encouraged to provide feedback as early as possible for Canada’s consideration.
    
    1.0  Overview
    The Royal Canadian Mounted Police (RCMP) is seeking a National Cybercrime Solution (NCS), hereafter referred to as "the Solution". The Solution must enable the National Cybercrime Coordination Unit (NC3) to deliver on its mandate, to: 
    
    -Coordinate Canadian cybercrime operations and collaborate with international partners;
    -Provide digital investigative advice and guidance to Canadian police;
    -Produce actionable cybercrime intelligence for Canadian police; and
    -Establish a national public reporting mechanism for reporting cybercrimes and frauds to police.
    
    The primary users of the Solution will include employees of Canadian Police Services, Government of Canada employees and Canadian citizens and businesses via the Public reporting mechanism.
    The Government of Canada (GC) wants to provide the law enforcement community access to timely, adequate and integrated information for accurate decision-making. The Solution must support business processes and workflows, information exchange and information workflows, as well as categorization and assessment of information by business rules and analytics. In addition, the NC3 requires access to a secure centralized data store of structured, semi-structured and unstructured data for storage and retrieval of digital information of various types and varying sizes, including related metadata. The Solution must allow for the growth of data without any degradation of performance.
    The desired Solution must support the business capabilities and business requirements; see below for more information.
    
    2.0  Capabilities and Business Requirements
    Canada seeks a number of capabilities and business requirements to be addressed by the Proposed Solution, including, but not limited to:
    
    2.1  Send and Receive Cybercrime Submissions 
    NC3 will receive and send requests to support cybercrime investigation and intelligence efforts via the new Police and Partner Portal (P3) and other traditional means (e.g. email).   Partners include domestic, international law enforcement and federal agencies.   Information may contain large sets of structured, semi-structured and unstructured data.
    
    The Solution must provide case management capabilities to receive, 
    capture, analyze, enrich, correlate, assess and de-conflict information, and integrate within the Solution’s ecosystem to further existing investigations or launch new ones.
    
    2.2  Public Reporting Website
    The public and businesses will report a wide spectrum of cybercrime and fraud incidents via the Public Reporting Website. The Public Reporting Website is being developed by the RCMP in collaboration with the Canadian Digital Service. The Solution must be compatible with the Public Reporting Website in order to ingest Complaint Files for triage, assessment by the NC3 and for access by Police Services of Jurisdiction.
    
    2.3  Cyber Intelligence 
    The Solution must provide users with the capability to analyze data in order to generate intelligence and support decision making about, and from, that information. The solution must enable the visualization of data and data points that can be used to support conclusions and inferences. The solution must use a range of automated tools (i.e. Artificial Intelligence (AI), Machine Learning (ML)) and advanced data mining features to support NC3 users with the analysis of unstructured, semi-structured and structured data. 
    
    2.4  Operational Coordination 
    The Solution must provide the capabilities to coordinate the efforts of law enforcement and other partners as these organizations respond to cybercrime events in Canada.  This includes coordination with and de-confliction between partners by leveraging knowledge gained through its analytical processes and maximizing all the capabilities of the Solution.
    
    2.5  Technical Advice and Guidance 
    The Solution must provide APIs to allow the integration with new and existing tools and to provide a platform to facilitate the sharing of advice, guidance and tools with cybercrime partners. Advice and Guidance will be provided directly to partners and also through a secure on-line knowledge base.  
    
    2.6  Client Relationship Management 
    The Solution must provide capabilities for the NC3 to actively log, track, monitor and report on engagements and partnerships including interacting with Partners via online mechanisms.
    
    2.7  Malware Cross-Reference 
    The Solution must facilitate identifying malware samples from Canadian law enforcement against selected domestic or international malware libraries to support intelligence and investigation efforts.
    
    Canada is seeking a Protected B, Medium Integrity, Medium Availability (PBMM) cloud-based solution.  
    
    The Solution may be comprised of any combination of commercial-off-the-shelf (COTS) software or pre-existing software; the resulting configuration of such software must allow operation of the Solution at all times, in accordance with the Statement of Work in the bid solicitation.
    
    Canada seeks a Solution that delivers on all of Canada’s expressed capabilities and business requirements. As such, Canada seeks engagement with Industry on the requirements and encourages collaboration amongst vendors to participate in this procurement process. Canada supports and encourages joint ventures where necessary to allow Canada to receive the optimal Solution to meet its capabilities and business requirements.
    
    The Contractor’s proposed Solution must be configured to, but not limited to the following: 
    
    1.Include hosting services that meet Government of Canada data residency requirements;
    2.Meet Government of Canada security requirements and industry best practices;
    3.Include secure maintenance and technical support;
    4.Include training and other professional services, as and when requested; 
    5.Include regularly updated solution-based training materials and documentation, including all requisite software licenses and warranties; and
    6.Allow the Government of Canada to retain ownership of all data in the Solution including business data, monitoring data, and metadata.
    
    3.0  Proposed Procurement Strategy
    The proposed openly competitive procurement process and resulting Contracts will follow an agile procurement approach in order to encourage more effective collaboration with vendors. Being agile means approaching the project in stages while assessing and addressing challenges along the way. 
    
    The proposed competitive agile procurement process will result in the award of up to three (3) Contracts at a predefined value over a set duration for the 3 top-ranked Bidders to develop independently a Capability and Usability Assessment (CUA) Prototype Solution. Canada will require the Prototype Solutions to be deployed in a Cloud tenancy belonging to the Bidder. 
    
    Following the delivery of the Contractors CUA Prototype Solutions, Canada will conduct an assessment of the proposed prototype Solutions. Additionally, Canada will test the proposed solution by the top-ranked Contractor(identified after the CUA assessment) through the Proof of Proposal (PoP) test to confirm both that its solution will function as describe within the RCMP’s ecosystem and that it meets the stated technical functionality requirements.
    
    At Canada’s sole discretion, the option for a Contractor to deliver the production ready Solution, will be exercised in accordance with the Statement of Work and the evaluated Bid price of the Contract.  
    Canada requires that any proposed Infrastructure as a Service (IaaS) or Platform as a Service (PaaS) components associated with the Bidder’s proposed Solution must be developed, tested, and deployed within the RCMP’s Cloud tenancy. Additionally, any Software as a Service (SaaS) components requiring integration as part of the Solution must be developed, tested and integrated with RCMP's Cloud tenancy.
    
    This agile procurement strategy is intended to provide Canada, at its sole discretion, the rights to exercise its irrevocable option to contract with any Contractors who participated in the CUA to implement a portion of the Work if it is determined that this would best meet the needs of Canada. 
    
    The decision to award up to 3 Contracts to the top-ranked Bidders for the prototype contracts and ultimate selection of one or more Contractor(s) to develop and deliver the full Solution will be based on the combined highest score of technical, financial and CUA assessments. 
    The resulting agile Contracts will include irrevocable options allowing Canada to extend the term of the Contract to mitigate performance-related risks.  While Canada intends to issue a Contract(s) of a specific duration, Canada will reserve the right to continue to Contract for and leverage this Solution for as long as it makes business sense for Canada to do so. 
    
    The proposed agile procurement will include provisions that allows for the contracted Solution(s) to evolve with time and technology, including incorporation of functionality or technology that isn’t currently part of the requirement. 
     
    The resulting contract will grant Canada the right to consider these evolutionary functionality or technology to be part of the ongoing scope of the work being done under the Contract, subject to Canada’s internal approval processes. 
    
    Additionally, the resulting Contract will include provisions to grant Canada the sole reserve to, at a subsequent date and at its sole discretion, identify the solution either as a multi-departmental solution, or designate the solution as a Government of Canada Enterprise-wide standard if and when determined by the GC-Enterprise Architecture Review Board (GCEARB).
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Labossière, Jean-C
    Phone
    (613) 858-7359 ( )
    Email
    Jean-Claude.Labossiere@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière
    4th Floor, 10 Wellington Street
    4th etage, 10, rue Wellington
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    000
    French
    23
    000
    English
    256

    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 – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: