Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered Competitive Procurement Strategy: Best Overall
Proposal Comprehensive Land Claim Agreement: No Nature of Requirements:
1.0
TITLE
System-of-Systems, Operational Research and Analysis (OR&A) and Strategic Analysis (SA) Analytical Support Services for Defence Research and Development Canada (DRDC)
2.0
BACKGROUND
DRDC provides integrated science and technology (S&T) advice and technical solutions, performs strategic S&T-based capability planning, and partners with industry, academia, other government departments (OGDs) and the public safety and national security communities to deliver solutions for the Department of National Defence (DND) and the Canadian Armed Forces (CAF), as well as the public safety and national security communities.
As part of the DRDC organization, the Centre for Operational Research and Analysis (CORA), is the lead centre for OR&A and SA, bringing together the largest group of Canadian Defence OR&A and SA practitioners (approximately 150 civilian and military analysts) located in various Research Centres across Canada. CORAs mandate is to provide objective, timely, credible and scientifically rigorous advice to senior decision-makers in DND/CAF. This advice is mainly applied to the core issues of strategy and policy, force development, capability production (including acquisition), force generation, force employment, force posture and readiness, and security science.
For DRDC, there is also a requirement for system-of-systems analysis to support new strategic focus areas with analytical support services as part of the overall S&T program.
For example, Director General Science and Technology Force Employment (DGSTFE) has been the lead for the All Domain Situational Awareness (ADSA) S&T Program and its follow-on for Defence of North America. This S&T Program is responsible for delivering relevant and timely advice on technological solutions for the surveillance and defence in the air, maritime surface, sub-surface cyber and space domains in the approaches to Canada, including in the North. DGSTFE and other DG program leaders leverage the capability and capacity of CORA, other DRDC centres and industry directly for program delivery. Areas of interest include, but are not limited to personnel, space, surveillance, active defence, cyber, command and control, and chemical-biological defence systems.
DRDC, OR&A and SA scientists are frequently involved in breaking down complex military problems into smaller, more manageable components and, wherever possible, use quantitative, qualitative and strategic analysis approaches to gain insights and shed light on the key elements of a decision and capability. To this end, a variety of
methodologies are utilized, including closed-form mathematical analysis techniques, multi-criteria decision analysis, risk analysis, cost-effectiveness analysis, modelling and simulation, statistical methods, advanced analytics and heuristic techniques.
In order to accommodate the increasing demand for this type of expertise and work within DRDC, ADM (S&T) needs to supplement its capability and capacity, as well as advance the state of organizational knowledge and application.
3.0
OBJECTIVE
The objective of this requirement is to establish a Task Authorization Contract to provide research and analysis support services to DRDC in the following service areas on an as-and-when requested basis:
a.
Account Management; b.
Concept Development; c.
Experiment and Exercise Design; d.
Experiment and Exercise Conduct; e.
Software Tool Development; f.
Operational Research and Systems Analysis;
g.
Strategic Analysis;
h.
Administration Services and Data Collection; and i.
Technical Writer Professional.
The requirement is conditionally limited to Canadian services. This procurement is subject to the Controlled Goods Program. The Defence production Act defines Canadian Controlled Goods as certain goods listed in Canadas Export Control List, a regulation made pursuant to the Export and Import Permits Act (EIPA). The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity Certification. The resulting contract is for a three (3) year period with two (2) one year option periods. **This bid solicitation cancels and supersedes previous bid solicitation number W7714-196996/A dated 2020/11/04 with a closing of 2020/12/15 at 14:00 Eastern Standard Time (EST)
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.