PCI CONSULTANT

Solicitation number EN891-121307/B

Publication date

Closing date and time 2012/05/29 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Notice of Proposed Procurement (NPP)
    
    Solicitation No. EN891-121307/A
    
    Payment Card Industry (PCI) Advisor
    for
    Banking Arrangements Directorate (BAD)
    
    
    Service Requirements:
    
    The Receiver General (RG) requires the advice and knowledge
    transfer of a Contractor that has an in-depth understanding of
    the Payment Card Industry Data Security Standards (PCI DSS) best
    practices.  While individual requirements will be specified in
    each Task Authorization (TA) the RG requires qualified resources
    to provide the following services on an as and when requested
    basis.
    
    The qualified resources will be required to:
    
    Provide an in-depth review of departmental business flows and
    security controls to provide PCI compliance audit readiness and
    ultimately, ensure each federal department is either fully PCI
    DSS compliant or has a clear timeline for compliancy;
    Ensure knowledge to oversee the PCI project is transferred to
    the RG PCI project office and governance body; and 
    Provide guidance in the effective establishment and management
    of a competitive contractual arrangement to obtain the services
    of a Qualified Security Assessor (QSA), an Approved Scanning
    Vendor (ASV) and / or the acquisition of PCI DSS tools.
    
    
    Period of Contract:
    
    The period of the Contract will be two (2) years commencing from
    date of contract with an irrevocable option, on the part of
    Canada, to extend the Contract by up to two (2) additional one
    (1) year periods, under the same terms and conditions of the
    Contract.
    
    Security Requirement:
    
    There is a Security Requirement associated with this
    requirement.  Please see Part 7 - Resulting Contract Clauses -
    Security Requirement.
    
    Mandatory and Point Rated Requirements:
    
    There are mandatory and point rated criteria associated with
    this requirement.  See the RFP document for further information.
    
    Basis of Selection: Lowest Evaluated Price Per Point
    
    To be declared responsive, a bid must:
    
    	(a)	comply with all the requirements of the bid solicitation;
    
    	(b)	meet all the mandatory evaluation criteria; and
    
    (c)	obtain the required minimum number of points specified in
    Attachment 1 to Part 4 for the point rated technical criteria.
    	
    2.  	Bids not meeting (a) or (b) or (c) will be declared
    non-responsive. Neither the responsive bid obtaining the highest
    number of points nor the one with the lowest evaluated price
    will necessarily be accepted.. 
    
    3. 	The evaluated price per point of a responsive bid will be
    determined by dividing its evaluated price by the overall score
    it obtained for all the point rated technical criteria detailed
    in Attachment 1 to Part 4.
    
    4.  	The responsive bid with the lowest evaluated price per
    point will be recommended for award of a contract.  In the event
    two or more responsive bids have the same lowest evaluated price
    per point, the responsive bid that obtained the highest overall
    score for all point rated technical criteria, detailed in
    Attachment 1 to Part 4, will be recommended for award of a
    contract.
    
    Location of Work:
    
    The Contractor's work will take place primarily at the
    Contractor's premises.  Certain meetings will be conducted in
    person at the Receiver General's headquarters in the National
    Capital Region (NCR) or at department's locations.
    
    Travel:
    
    There may be occasional travel requirements for meetings at
    department's locations outside the NCR. Those travel
    requirements will be identified and specified by the Project
    Authority (PA) in the TA documents.  The cost of travel outside
    the NCR, under a TA, is billable as per Treasury Board rates and
    is not to exceed Canada's total liability for authorized travel
    and living expenses detailed in the Request for Proposal at
    Annex B, Basis of Payment.
    
    
    
    ENQUIRIES REGARDING THIS REQUIREMENT ARE TO BE SUBMITTED TO THE
    FOLLOWING PWGSC CONTRACTING OFFICER:
    
    Before May 29, 2012, enquiries are to be submitted to the
    following PWGSC Contracting Officer:
    
    Ingrid Harrington
    Supply Specialist
    Professional Services Business Initiatives Directorate
    Services and Technology Acquisition Management Sector
    Acquisition Branch
    Public Works and Government Services Canada
    Government of Canada
    11 Laurier Street, Gatineau, QC, K1A 0S5
    Telephone: (819)-956-3201
    E-mail address: ingrid.harrington@pwgsc.gc.ca
    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)
    • 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
    Harrington, Ingrid
    Phone
    (819) 956-3201 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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)

    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: