Description |
Advance Procurement Notice
Consultant services for threat risk assessment for Nunavut
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation nor a request for proposals.
This is an advance notice for potential contracts with anticipated security requirements to provide interested consultants an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s). Note that there is no guarantee that this solicitation will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.
Description of the Project and Services
The Consultant will be required to provide “as and when required” services in support of the following:
Threat Risk Assessment (TRA) services may include, but are not limited to, the following:
The identification and categorization of relevant assets, including IT assets, according to their confidentiality, integrity and availability values based upon the injuries that may reasonably be expected in the event of compromise;
The identification of deliberate threats, accidents and natural hazards that might affect these assets adversely with an analysis of the likelihood of occurrence and gravity of impact;
The assessments of current vulnerabilities, based on an evaluation of existing or proposed security measures and their adequacy;
Analysis of residual risks for each asset which is vulnerable to specific threat; and
The recommendation of additional safeguard to achieve a target risk levels with an assessment of their effectiveness and cost.
Security Design Brief (SDB) services may include, but are not limited to, the following:
Analyze existing technical, planning and administrative documents as well as security history to effectively recommend the appropriate security measures for new facilities;
Provide direction for security in the new building to effectively recommend appropriate security procedures for the new facilities that align with the unit’s resources and standard DND practice;
Recommend enhanced safeguard that suit the unit’s needs as justified by the threats identified in the TRA; and
Recommend the appropriate design, layout and security features including entry control points to the facility.
Security Guidance services may include, but are not limited to, the following:
Reviews of construction drawings and specifications for conformance and compliance with the recommendations from a Security Design Brief;
Provide advice to DND on technical solutions or to evaluate alternate security safeguards or mitigation measures to determine their effectiveness;
Provide cost consulting support as they relate to infrastructure security risk mitigations requirements.
The potential duration of the Source List is five (5) years, and the maximum potential value is $2,000,000. It is anticipated that this/these solicitations will be initiated in Fall 2025/Winter 2026. This is conditional on the contract receiving approval to proceed by the Department of National Defence (DND).
Contract Award and Anticipated Security Requirements
To be eligible for contract award, a proponent or bidder will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation documents.
The anticipated security clearance level for this contract is Facility Security Clearance at the level of Secret.
Industrial Security Program Sponsorship
Defence Construction Canada (DCC) is providing consultants early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants or contractors that intend to submit a proposal or a bid on one or more of these projects and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP.
Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential bidders or proponents with their respective security clearance sponsorship process.
To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements.
In their sponsorship request application to DCC, consultants or contractors are asked to quote the following information, among other things:
Advance Procurement Notice (APN) number (Project number on the MERX notice);
Contract number 85081; and
Level of clearance requested to be sponsored for.
Sponsorship Process
Upon receipt, DCC will review the sponsorship request application and will communicate directly with the consultants or contractors to provide assistance for the completion of the sponsorship request packages.
Once DCC has determined, at its entire discretion, that a consultant or contractor:
has started the sponsorship process prior to the solicitation(s) (Contract number(s) listed on their request for sponsorship) being advertised on MERX,
has met all the material requirements of the sponsorship request package, and
has submitted a proposal or a bid
DCC will send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP).
Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent or bidder regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent or bidder will need to promptly cooperate with CSP to ensure that the process is completed as soon as possible.
Questions
Any questions pertaining to the sponsoring process through the ISP can be addressed to:
Telephone Number: (613) 998-8974; or
Email address: ISP.Sponsorship@dcc-cdc.gc.ca
Any questions relating to this Advance Procurement Notice can be addressed to:
Priscille Vumi
Team Leader, Services des marchés
Defence Construction Canada
343-596-6289
Priscille.Vumi@dcc-cdc.gc.ca
Disclaimer
DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process and does not provide any representations or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP security clearance granting process. By applying to either of the aforementioned processes, the proponent or bidder agrees to bear any fees and risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes. Notwithstanding anything else stated above, DCC shall in no event be liable to the bidder or proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process.
Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.
|