PCI QSA

Solicitation number EN891-140088/A

Publication date

Closing date and time 2013/09/23 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    THIS IS NOT A SOLICITATION DOCUMENT
    THIS IS A REQUEST FOR COMMENTS (RFC) FROM INDUSTRY
    PCI QSA
    
    The intent of this Request for Comments (RFC) is to solicit
    feedback on the Draft Request For Proposal (RFP) and related
    Annexes so as to enable Canada to evaluate the strategy to be
    taken, if any, regarding further related activities.  
    
    More specifically, feedback is sought regarding: 
    
    The potential level of interest in providing services to address
    the requirements of the attached Draft Statement of Work;
    To obtain information and suggestions on other ways of
    performing similar functionality or improving on what is being
    presented; and
    With respect to draft Annex C Information Technology Security
    Requirements Technical Document, indicate if your organization's
    implementation of the capability is the same as described for
    that specific requirement.  If it is not, provide a description
    of how your organization addressed the specific requirement.
    
    SERVICE REQUIREMENTS
    
    The Receiver General (RG) requires a Qualified Security Assessor
    Company (QSAC) to assist departments in their yearly PCI
    exercise. While individual requirements will be specified in any
    resulting Task Authorization (TA), the RG requires qualified
    resources to provide the following services on an "as and when
    requested " basis:
    
    conduct departmental PCI compliance assessments; 
    validate and provide input for the SAQ;
    provide full departmental PCI Report on Compliance (ROC) (i.e
    Level 1), as deemed necessary by the RG; and
    conduct quarterly vulnerability scans where required.
    
    These services may be required for a period of five (5) years
    commencing from date of Contract with an irrevocable option on
    the part of Canada to extend the period of any resulting
    Contract by two (2) additional one year periods. 
    
    There is a security requirement associated with this
    requirement.  Please refer to the draft Annex C, Security
    Requirements Checklist (SRCL) and its associated attachments,
    including the following clause which will form part of any
    resulting Contract:
    
    DRAFT SECURITY REQUIREMENT CLAUSE
    
    1. 	The following security requirement (SRCL) and related
    clauses applies and form part of the Contract: 
    
    1.	The Contractor must, at all times during the performance of
    the Contract, hold a valid Facility Security Clearance at the
    level of SECRET, with approved Document Safeguarding at the
    level of PROTECTED B, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2. 	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 the CISD, PWGSC.
    
    3. 	The Contractor MUST NOT utilize its Information Technology
    systems to electronically process, produce or store any
    sensitive CLASSIFIED information until CISD/PWGSC has issued
    written approval.  After approval has been granted, these tasks
    may be performed at the level of PROTECTED B.
    
    4. 	Subcontracts which contain security requirements are NOT to
    be awarded without the prior written permission of CISD/PWGSC.
    
    5. 	The Contractor must comply with the provisions of the:
    
    	(a) 	Security Requirements Check List and security guide (if
    applicable), attached at Annex C;
    	(b) 	Industrial Security Manual (Latest Edition).
    
    3.2	Contractor's Site or Premises Requiring Safeguard Measures
    
    The Contractor must diligently maintain up-to-date, the
    information related to the Contractor's site or premises, where
    safeguard measures are required in the performance of the Work,
    for the following addresses:
    
    Address:
    Street Number / Street Name, Unit / Suite / Apartment Number 
    City, Province, Territory / State
    Postal Code / Zip Code
    Country
    
    Potential service providers who currently DO NOT MEET the
    facility security clearance requirements and (or) personnel
    security clearance should initiate the security clearance
    process by requesting sponsorship from the Contracting
    Authority.  For any inquiries concerning any security
    requirements, suppliers should contact CISD at 1-866-368-4646,
    or (613) 948-4176 in the National Capital Region (NCR), CISD
    Website: http://ssi-iss.tpsgc-pwgsc.gc.ca/.
    
    
    NOTE TO POTENTIAL RESPONDENTS 
    
    Responses
    
    The material in this RFC package is for the solicitation of
    feedback only.   Please do not complete the Pricing Schedule at
    Attachment 1 to Part 3, nor the Basis of Payment at Annex B,
    during this RFC Process.  Responding to this RFC is not a
    prerequisite to receiving any Request for Proposal for the ABCB
    requirement.  However, all Respondents are encouraged to
    indicate their level of interest by responding to this RFC with
    its comments in order to facilitate a better understanding of
    requirements and Industry perspectives. 
    
    The publication of this RFC must not be construed as a
    commitment on Canada's part to issue a subsequent "Request for
    Proposal" for ABCB's requirement and no contract or other form
    of commitment will be entered into with any Respondent based on
    responses to this RFC. This RFC must in no way be considered as
    authorization by Canada for Respondents to undertake any work,
    which would result in costs to Canada. 
    
    Canada will not be liable for, nor will it reimburse any
    Respondents for any costs, fees or expenses which any Respondent
    incurs in the preparation or submission of its response to this
    RFC. Canada will not be bound by anything stated herein. Canada
    reserves the right to change, at any time, any or all parts of
    the requirement as it renders necessary.  
    
    
    
    
    Respondents are advised that any information submitted to PWGSC
    in response to this RFC may be used in the development of a
    subsequent RFP. Respondents will not be bound by any aspect of
    their response to this RFC.  All responses to this RFC will be
    held by Canada on a confidential basis (subject to applicable
    legislation), and remain the property of Canada once they have
    been received and may be used to support further development of
    internal planning documents and decisions, and possibly an RFP. 
    Note that responses to the RFC will not be returned.
    
    Participation
    
    The RFC is inclusive and flexible and is not intended to
    pre-qualify Respondents for any stages of the project. An
    interested Respondent who does not participate in the RFC
    process is not precluded from participating in any subsequent
    RFP process.
    
    CLOSING DATE
    
    Responses to this RFC will be accepted until 02:00 PM Eastern
    Daylight Savings Time (EDT) on September 23, 2013.
    
    
    Responses are to be submitted only electronically to the
    Contracting Authority stated below.  The information received
    after that date will be considered only to the extent
    reasonable, in the sole opinion of Canada, given the progress of
    the Work at the time of receipt of the said information.
    
    ENQUIRIES
    
    Any questions from Respondents concerning this RFC must be made
    in writing to the Contracting Authority stated below, via e-mail
    up to 10 days prior to closing date of this RFC.
    
    Respondents are to assume all responsibility for the successful
    delivery and receipt of all questions to the Contracting
    Authority stated below.  Questions submitted to any other person
    but the Contracting Authority, or in any other form, will not be
    answered. Responses given in any other manner than that which is
    outlined above will not be binding upon any party.
    
    Canada reserves the right not to respond to questions received
    after the closing date of this RFC, or to any question not
    related to this RFC.  Enquiries that are of a proprietary nature
    must be clearly marked "proprietary" at each relevant item. 
    Items identified as "proprietary" will be treated as such except
    where Canada determines that the enquiry is not of a proprietary
    nature.  Canada may edit the questions or may request that the
    respondent do so, so that the proprietary nature of the question
    is eliminated, and the responses will be made publicly available
    through MERX.  Enquiries not submitted in a form that can be
    distributed to all Respondents may not be answered by Canada. If
    a question is determined to be proprietary, in Canada's sole
    discretion, Canada reserves the right to respond only to that
    party.
    
    CLARIFICATION
    
    PWGSC may require clarification of written responses and/or
    comments received as a result of the responses to this RFC.  If
    required, any clarification will be requested by the Contracting
    Authority after the closing date of the RFC.  Requests for
    clarification will be submitted in writing (by email only) and a
    response will be requested within two (2) working days of
    transmission of the clarification questions.
    Canada will not provide any guidance on how to prepare the
    responses or of any acceptable response strategy.
    
    FORMAT OF RESPONSE
    
    Respondents should review the attached draft documents, respond
    to the questions in Table 1 and provide comments on the Annexes
    in Table 2, in the attached solicitation document.
    
    RESPONSES REGARDING THIS REQUIREMENT ARE TO BE SUBMITTED TO THE
    FOLLOWING PWGSC CONTRACTING AUTHORITY:
    
    Ingrid Harrington, Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Professional Services Procurement Directorate
    Place du Portage, Phase III, 10C1
    11 Laurier Street
    Gatineau, Quebec
    K1A 0S5
    
    Tel: (819) 956-3201
    Fax: (819) 956-2675
                  Email:  ingrid.harrington@tpsgc-pwgsc.gc.ca
    
    FORMAT OF RESPONSE
    
    Suppliers are requested to review the draft Request for Proposal
    (RFP) and related Annexes and respond to the following questions
    in the tables below.
    
    Table 1 - Responses to Questions, and 
    Table 2 - Comments on Annexes
    
     TABLE 1 - RESPONSES TO QUESTIONS				
    QUESTIONS		RESPONSES		
    1. Are the requirements as stated in the attached draft
    Statement of Work (SOW) clear?		 		
    2. Please identify any issues that would limit your ability to
    perform the work outlined in the SOW.		 		
    3. What additional information would you need to be able to
    fully assess the whole project?				
    4. Is your firm currently registered in the Industrial Security
    Program (ISP) of PWGSC's Canadian Industrial Security
    Directorate? If not, would your firm be interested in
    registering?  If so, please send a request for sponsorship to
    the Contracting Authority.				
    5. Would your firm be able to submit a responsive bid based on
    the Mandatory Technical Criteria in Attachment 1 to Part 4? If
    not, please describe the reason(s) why.				
    6. Would your firm be able to submit a responsive bid based on
    the Point Rated Technical Criteria in Attachment 1 to Part 4?				
    7. Would your firm be able to submit a responsive bid based on
    the IT security requirements in Annex C?				
    8. Would you bid on this requirement if it was tendered as
    described herein?				
    9. If you would not bid on this requirement, please describe the
    reason(s) why.				
    10. Are there any technical evaluation criteria that you think
    should be added?  If yes, please explain what they are and why
    they should be added?				
    11. Do you have any other concerns that you would like to
    address?				
    12. Are there any changes that Canada should consider to ensure
    that it obtain best value for money in this procurement?				
    
    
    
     TABLE 2 - COMMENTS ON DOCUMENTS 	
     LIST OF DOCUMENTS 	 COMMENTS 
     Draft RFP  Draft Annex A - Statement of Work  Draft Draft Annex
    B - Basis of Payment  Draft Annex C - SRCL and attached IT
    Technical Document  Draft Annex D - TA Form  Draft Annex E -
    Sample Periodic Usage Report  Draft Annex F - Non-Disclosure
    Agreement    	 
    
    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
    • 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    54
    000
    French
    12

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    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: