Tired of procurement pain? Our AI-powered platform automates the painful parts of identifying, qualifying, and responding to Canadian opportunities so you can focus on what you do best: delivering quality goods and services to government.
Digital Forensics & eDiscovery Vendors: Winning Federal Work via SBIPS Solutions, ProServices Talent, ACAN Timing, and RFSOs on CanadaBuys SAP Ariba Sourcing
Digital Forensics, Government Contracts
```html
Digital Forensics and eDiscovery Vendors: Strategic Pathways to Winning Federal Government Contracts in Canada
The Canadian federal government procurement landscape represents a significant opportunity for digital forensics and eDiscovery service providers seeking to establish long-term revenue streams and expand their market presence. With federal spending on information technology consulting services exceeding $1.9 billion annually and growing demand for sophisticated digital investigation capabilities across government agencies, vendors in this sector face unprecedented opportunities to compete for lucrative contracts. However, successfully navigating Canada's complex procurement framework requires deep understanding of specialized government contracting vehicles, procurement timelines, and the increasingly digital infrastructure through which opportunities are published and evaluated. This comprehensive analysis examines how digital forensics and eDiscovery vendors can strategically position themselves to win federal work through mastery of Solutions-Based Informatics Professional Services (SBIPS) arrangements, Professional Services supply arrangements, Advanced Contract Award Notices (ACANs) timing strategies, Requests for Standing Offers (RFSOs), and the centralized CanadaBuys platform powered by SAP Ariba. Understanding government contracts, government RFPs, and government procurement best practices represents the foundation for developing competitive advantages in this sector. By combining knowledge of federal government procurement processes, strategic use of procurement software, and tailored proposal development methodologies, vendors can significantly improve their win rates and reduce the time required to identify, qualify, and respond to relevant government RFP opportunities across Canada.
Understanding Canada's Federated Procurement Framework for Digital Forensics Services
The Government of Canada operates one of North America's most transparent and systematically structured procurement environments, governed by the Treasury Board Contracting Policy and the Government Contracts Regulations. Unlike decentralized procurement systems where individual departments maintain autonomous purchasing authority, Canada's framework emphasizes centralized mandatory procurement tools that standardize how government entities acquire goods and services above specified thresholds. For digital forensics and eDiscovery vendors, this centralized approach creates both opportunities and challenges. On one hand, successful pre-qualification for federal procurement vehicles opens doors to business from over one hundred federal departments and agencies through a single application process. On the other hand, the complexity of compliance requirements, the competitiveness of the bidding environment, and the extended sales cycles characteristic of government work demand sophisticated strategic approaches.
Public Services and Procurement Canada (PSPC) serves as the primary centralized purchasing agent for the federal government, managing specialized procurement tools designed to streamline how departments acquire everything from information technology consulting to forensic investigation services. The Treasury Board's Directive on the Management of Procurement establishes foundational principles that govern all federal procurement activities, emphasizing fairness, openness, transparency, and best value selection methodologies. For organizations seeking to provide digital forensics and eDiscovery services, understanding this framework is essential. The directive specifies that contracting authorities must clearly define procurement outcomes, conduct thorough market analysis before issuing solicitations, and evaluate proposals using criteria that extend beyond price considerations to encompass technical merit, organizational capability, past performance, and alignment with government priorities.
SBIPS: The Solutions-Based Informatics Professional Services Gateway
Solutions-Based Informatics Professional Services (SBIPS) represents a federal government-wide mandatory procurement tool for acquiring professional services in the informatics and technology sector above the Canada-Korea Free Trade Agreement (CKFTA) threshold. For digital forensics vendors, SBIPS qualification opens access to a pre-qualified supplier list that government departments consult when requirements exceed specified dollar values. The SBIPS framework distinguishes itself from traditional competitive procurement by establishing pre-qualified suppliers who can then bid against specific requirements posted by federal departments, significantly reducing the time between opportunity identification and contract award.
The SBIPS Supply Arrangement establishes optional extension periods allowing Canada to extend the term for up to five additional years under identical conditions. This stability provides vendors with long-term visibility into potential revenue streams, enabling more strategic resource planning and investment in government-focused service delivery capabilities. However, participation in SBIPS requires demonstrating expertise across specific domains of informatics practice, maintaining appropriate security clearances, and developing capabilities that align with government priorities regarding data analytics, cybersecurity, and information management. Digital forensics vendors must carefully map their service offerings to SBIPS domain categories, ensuring their qualifications encompass the technical depth and breadth that government evaluators expect.
Qualification for SBIPS involves submitting comprehensive capability statements demonstrating organizational capacity, relevant past performance, personnel qualifications, security clearance status, and technical infrastructure. The Request for Supply Arrangement (RFSA) process requires vendors to articulate specific value propositions for each domain they are pursuing. For digital forensics organizations, this might include articulating forensic collection methodologies, chain-of-custody protocols, analysis frameworks, and expert witness credentials. The SBIPS Supply Arrangement Authority maintains and regularly refreshes the pre-qualified supplier list through quarterly refresh solicitations. These refresh opportunities allow new bidders to qualify and existing suppliers to expand into additional service streams or geographic markets. Participation in these refresh solicitations remains entirely optional and not required to maintain existing SBIPS arrangements, though vendors pursuing growth should strategically participate in quarterly refreshes aligned with their business development objectives.
ProServices: Streamlined Access to Sub-Threshold Procurement Opportunities
Professional Services (ProServices) functions as a mandatory government-wide procurement vehicle for non-informatics and informatics professional services valued below the CKFTA threshold. For digital forensics vendors, ProServices qualification provides access to government departments seeking forensic services without the complexity and extended timelines associated with larger competitive procurements. ProServices encompasses fourteen distinct service streams spanning information technology services, non-information technology professional services, alternative dispute resolution, health services, and learning services for government-owned training programs. Digital forensics organizations typically qualify under Stream 1 (Information Technology Professional Services) or through streams addressing specific forensic specializations.
The ProServices framework operates through the Centralized Professional Services System (CPSS) e-portal, which government departments use to search qualified suppliers and issue task authorizations. Once pre-qualified, vendors enter a supplier roster that clients can search using parameters including service categories, geographic regions, and metropolitan areas. When government departments require forensic services, they can access the ProServices roster and issue task authorizations directly to qualified suppliers without conducting new competitive procurements. This streamlined approach significantly accelerates the path from opportunity identification to contract execution, making ProServices an attractive entry point for vendors establishing federal government business.
ProServices pre-qualification requires submitting applications demonstrating relevant experience, personnel qualifications, security clearance status where applicable, and technical capabilities aligned with advertised service categories. Unlike SBIPS, which typically addresses larger, more complex requirements, ProServices addresses routine professional service needs that government departments require frequently but on a task-by-task basis. For digital forensics vendors, this might include forensic collection and analysis services for internal investigations, electronic discovery support in litigation matters, or incident response services addressing suspected cybercrimes or data breaches. The pay-for-performance model characteristic of ProServices arrangements creates incentives for vendors to consistently deliver quality services, as strong performance increases the likelihood of repeat business through additional task authorizations from existing and new clients.
RFSOs and Competitive Standing Offers on CanadaBuys
Requests for Standing Offers (RFSOs) represent formal solicitations through which government entities establish standing offers for goods or services, creating frameworks through which departments can issue purchase orders over defined periods. Unlike individual competitive procurements launched for each requirement, standing offers allow departments to avoid redundant competitive processes for routine or recurring needs. Digital forensics vendors seeking to establish standing offers for services such as forensic examination, litigation support, or cybercrime investigation respond to RFSO solicitations posted on CanadaBuys, the Government of Canada's centralized electronic tendering platform.
The competitive standing offer process established through RFSOs ensures multiple suppliers are qualified to provide required services, creating competitive pricing environments while reducing procurement overhead. When departments issue purchase orders against standing offers, they select from the qualified supplier list based on factors including geographic location, specific expertise areas, and pricing structures established during the initial RFSO evaluation. For digital forensics vendors, successful RFSO qualification requires demonstrating forensic technical capabilities, understanding of Canadian legal standards for evidence handling, compliance with federal security requirements, and competitive pricing aligned with government expectations regarding value for money.
CanadaBuys serves as the exclusive platform for posting all federal procurement opportunities valued above specified thresholds. The Government of Canada committed to proactively publishing contract information for agreements valued at more than $10,000 within quarterly cycles, though publication may occur up to four to five months after contract award. For vendors monitoring RFSO opportunities, CanadaBuys subscription services and email notifications provide early visibility into emerging standing offer solicitations, enabling vendors to begin proposal development well before official closing dates. Standing offers typically establish terms covering one to three years, with provisions allowing extensions to five years or longer, providing vendors with extended revenue visibility and opportunities to accumulate performance history that strengthens future competition for government work.
SAP Ariba and CanadaBuys: Navigating the Government's Digital Procurement Infrastructure
The Government of Canada transitioned its procurement infrastructure to CanadaBuys, a modern digital platform integrating SAP Ariba sourcing capabilities with centralized government contracting management. This technological shift fundamentally changed how federal departments issue solicitations, how vendors discover opportunities, and how the government manages the competitive bidding process. For digital forensics vendors, understanding CanadaBuys and SAP Ariba represents a critical competency because these platforms host all federal procurement opportunities and require vendors to maintain active registrations to participate in competitive processes.
CanadaBuys aggregates opportunities from multiple federal departments, agencies, and Crown corporations, providing a single portal through which vendors can identify relevant solicitations. The platform supports advanced search functionality allowing vendors to filter by agency, commodity type, service category, contract value, and geographic scope. For digital forensics organizations, setting up saved searches for terms such as "forensic," "eDiscovery," "evidence analysis," and "cybercrime investigation" enables automated opportunity identification aligned with core service offerings. The platform also maintains historical contract data allowing vendors to research past competitive procurements, identify contracting patterns, and understand typical evaluation criteria and contract values for similar services.
SAP Ariba integration enables electronic bid submission, streamlined document management, and transparent bid evaluation processes. Vendors must register with SAP Ariba through the Supplier Registration Information (SRI) system to access opportunities and submit competitive responses. The registration process requires providing organizational information, financial data, security clearance status, and technical capabilities documentation. Once registered, vendors can access specific solicitations, submit questions during the question-and-answer period, and submit electronic bids through the SAP Ariba interface. The platform generates timestamped confirmation of submission, providing definitive evidence of on-time bid delivery—a critical requirement in government procurement where late submissions result in automatic disqualification regardless of proposal quality.
Advanced Contract Award Notices (ACANs) and Strategic Timing Considerations
Advanced Contract Award Notices (ACANs) represent a streamlined procurement mechanism allowing government entities to announce their intention to award contracts to pre-identified suppliers, creating brief windows during which qualified alternative suppliers can submit competing capability statements. For digital forensics vendors, understanding ACAN processes and timing represents a strategic advantage because ACANs frequently precede directed contract awards to vendors with existing relationships or specialized capabilities. When a government department issues an ACAN, it signals that the procurement authority intends to award a contract to a specific supplier unless other qualified vendors submit capability statements during a minimum fifteen-calendar-day publication period.
The ACAN process operates under stringent rules established by Treasury Board contracting policy and the Government Contracts Regulations. Departments must publish ACANs on government electronic procurement systems for minimum periods allowing competing suppliers reasonable opportunity to assess whether they can provide equivalent capabilities. The publication period serves a dual purpose: it satisfies competitive procurement requirements by providing market notification, and it allows qualified alternative suppliers to challenge proposed directed awards by submitting competing capability statements. If no competing statements are received, the procurement is considered competitive despite the directed nature of the original notification, enabling departments to proceed with contract awards using higher delegated contracting authorities without additional approvals.
For digital forensics vendors, ACAN timing strategies involve continuous monitoring of government procurement platforms to identify emerging opportunities early in the ACAN publication period. Many vendors discover ACAN opportunities only near closing dates, leaving insufficient time to prepare competitive capability statements. Strategic vendors subscribe to ACAN monitoring services, maintain pre-developed capability statement templates aligned with forensic service offerings, and conduct rapid assessment of ACAN requirements to determine competitive positioning within days of publication. Responding to ACANs requires submitting statements of capabilities addressing how the vendor's organization, personnel, experience, and technical infrastructure meet or exceed requirements articulated in the ACAN notice. Success in ACAN competition depends on demonstrating that the vendor's capabilities are not merely equivalent to the pre-identified supplier, but distinctly superior in ways that serve government interests.
Building Pre-Qualification and Maintaining Compliance Across Government Procurement Vehicles
Digital forensics vendors pursuing federal government business must strategically navigate multiple pre-qualification pathways, maintaining active status across SBIPS, ProServices, and relevant standing offer arrangements. Each procurement vehicle maintains distinct compliance requirements, evaluation criteria, and performance expectations. SBIPS requires demonstrating organizational capacity for larger, more complex assignments, while ProServices emphasizes rapid capability deployment and consistent quality delivery across smaller, routine tasks. Standing offers under RFSO frameworks establish competitive pricing benchmarks that vendors must maintain throughout the agreement term.
Security clearance requirements represent a critical compliance factor across all federal procurement vehicles. Organizations bidding for contracts involving classified information, sensitive government data, or restricted access must obtain Facility Security Clearances (FSC) through the Contract Security Program administered by PSPC. The clearance process involves provisional clearances enabling bid participation (typically two to four months), designated organization screening (approximately four months), and full facility clearances for classified work (six or more months). For digital forensics vendors, obtaining organization-level security clearances signals serious federal government market commitment and substantially expands the universe of available opportunities, as many government forensic requirements involve sensitive data that requires cleared personnel and secure handling procedures.
Maintaining compliance with government procurement standards requires documented quality management systems, personnel security protocols, financial stability documentation, and evidence of past performance on government contracts. Vendors should establish dedicated government contracts management functions responsible for tracking solicitation deadlines, monitoring pre-qualification renewal dates, maintaining current insurance and bonding documentation, and ensuring compliance with reporting requirements established in supply arrangement agreements. Many vendors implement government contracting management platforms providing integrated deadline tracking, document management, and compliance monitoring, reducing the administrative burden of managing multiple procurement vehicles simultaneously.
Competitive Evaluation Criteria and Proposal Development Strategy for Digital Forensics Services
Success in federal government procurement hinges on understanding how evaluation teams assess proposals against published evaluation criteria. Government procurement regulations require that proposals be evaluated against criteria specified in the original solicitation document, with no consideration given to capabilities or benefits not articulated in the RFP. For digital forensics vendors, this requirement demands meticulous attention to evaluation criteria interpretation and strategic development of proposal narratives demonstrating how organizational capabilities directly address each stated criterion.
Federal procurement evaluation processes typically establish mandatory requirements that proposals must satisfy to advance to further consideration, followed by rated evaluation criteria used to differentiate among compliant proposals. Mandatory requirements might address security clearance status, relevant certifications, geographic service availability, or financial viability. Proposals failing to meet any mandatory requirement face automatic rejection, regardless of the quality of technical approaches or competitive pricing offered. Rated evaluation criteria commonly address technical merit and innovation, organizational experience with similar requirements, key personnel qualifications and relevant experience, project management and quality assurance methodologies, pricing and value for money, and implementation schedules and resource availability.
Proposal development for government forensic service opportunities requires balancing compliance with marketing effectiveness. While proposals must demonstrate how organizational capabilities address each evaluation criterion, evaluators expect proposals to engage with real-world challenges and articulate solutions reflecting sector-specific expertise. Digital forensics proposals should address forensic methodologies, chain-of-custody protocols, reporting standards, expert witness qualification standards, and technology platforms used in analyses. Proposals should reference relevant professional certifications such as ACE (AccessData Certified Examiner), GIAC (Global Information Assurance Certification), or EnCE (Encase Certified Examiner) credentials held by personnel, demonstrating that forensic examiners maintain current professional standards and continuing education commitments.
Market Intelligence and Strategic Opportunity Selection for Government Contracts Canada
Digital forensics vendors cannot successfully compete for every government opportunity, nor should they attempt to do so. Strategic vendors implement disciplined opportunity qualification processes assessing whether specific solicitations align with organizational capabilities, resource availability, competitive positioning, and profit margin requirements. Go/no-go decision processes typically evaluate factors including scope fit relative to core service offerings, competitive win likelihood based on organizational positioning relative to likely competitors, resource availability including personnel with relevant expertise and certifications, pricing sustainability given government cost expectations, and strategic value considering whether the contract advances broader business objectives.
Market intelligence for government forensics opportunities increasingly incorporates data-driven analysis of government contracting patterns. Analysis of historical contract awards accessible through the Government of Canada's open contracting data reveals spending patterns by department, typical contract values for forensic services, dominant incumbent vendors, and evaluation committee composition. By examining contracts previously awarded for digital forensics services, vendors develop realistic pricing expectations, identify technical approaches that government evaluators view favorably, and understand competitive intensity in specific service areas. Organizations providing digital forensics services in provincial jurisdictions, municipal government contexts, or the private sector can leverage experience from those environments to inform federal government proposal development.
Compliance Documentation and Security Requirements for Federal Forensics Contracts
Federal government procurement involves extensive compliance and security documentation requirements that digital forensics vendors must satisfy as conditions of contract award and during contract performance. Government contracting regulations require vendors to demonstrate financial stability, maintain appropriate insurance coverage, comply with labor standards established in the Canada Labour Code and Employment Standards legislation, and adhere to federal government security policies addressing information protection, personnel screening, and facility security. For digital forensics organizations, these requirements necessitate developing organizational systems and documented procedures addressing each compliance dimension.
Insurance requirements for digital forensics contracts typically mandate professional liability coverage, errors and omissions protection, cybersecurity and data breach liability coverage, and general commercial liability insurance. Depending on contract scope, additional coverages might address transportation of sensitive evidence, cyber extortion or ransomware scenarios, and employee misconduct protections. Government contracting officers evaluate insurance documentation during pre-award compliance reviews, assessing whether coverage limits appropriately reflect contract risk exposure and whether policy language contains exclusions that might prevent coverage when government claims arise. Vendors should maintain current insurance documentation within their government contracting files and update certificates of insurance whenever renewal policies are issued.
Building Organizational Capability and Personnel Qualifications for Government Forensics Markets
Government evaluation teams assess forensic service providers based substantially on demonstrated personnel qualifications and relevant experience. Unlike commercial forensics markets where organizations can sometimes succeed through aggressive marketing and competitive pricing, federal government procurement emphasizes personnel expertise, professional certifications, and documented relevant experience. Digital forensics organizations should invest deliberately in forensic examiner training, certification programs, and continuing professional education. Leading forensics certifications recognized by government evaluators include AccessData Certified Examiner (ACE), Encase Certified Examiner (EnCE), GIAC certifications in Digital Forensics and Incident Handling, and vendor-specific certifications from forensics software providers.
Experience documentation in government procurement contexts differs substantially from marketing narratives or case studies used in commercial sales environments. Government evaluation teams expect detailed project descriptions identifying client organizations, project scope, technical challenges addressed, implemented solutions, quantifiable outcomes achieved, and lessons learned. For sensitive government or private sector clients where confidentiality restricts identifying information, vendors can describe project characteristics, technical approaches, and results without disclosing client identities, enabling evaluators to assess relevant experience while respecting confidentiality obligations. Vendors should maintain comprehensive project documentation during contract execution, capturing lessons learned and technical innovations developed, which subsequently inform proposal narratives in future government solicitations.
Streamlining RFP Response Processes and Avoiding Common Disqualification Risks
Federal government RFP response processes demand meticulous attention to solicitation instructions, requirement extraction, and compliance verification. Common reasons government proposals face rejection include failure to meet mandatory requirements, non-compliance with formatting specifications, incomplete submission of requested documentation, missed response deadlines, and failure to address all evaluation criteria in sufficient depth. Digital forensics vendors should implement standardized RFP response processes that systematically address each documented requirement, maintain compliance checklists ensuring no requirement is overlooked, and schedule multiple internal review cycles allowing subject matter experts and compliance specialists to validate proposals before submission.
RFP compliance requires extracting every requirement specified in solicitation documents, organizing requirements into trackable matrices, and ensuring proposal sections address each requirement with sufficient specificity for evaluators to conduct meaningful assessment. Solicitation documents often contain mandatory requirements embedded throughout multiple sections, hidden within appendices, or stated as conditional requirements applicable only when specific circumstances exist. Systematic requirement extraction prevents overlooking critical compliance obligations that might otherwise render proposals non-responsive. Digital forensics organizations responding to government forensics RFPs should establish dedicated proposal management functions maintaining requirement matrices, tracking mandatory and rated criteria separately, and conducting compliance audits ensuring all requirements receive adequate proposal attention.
Post-Award Contract Management and Performance Excellence for Government Clients
Federal government contracting does not conclude when agencies issue contract awards. Success in government markets requires sustained contract performance excellence, detailed documentation of deliverables and work accomplished, timely invoice submission with appropriate supporting documentation, and proactive communication with government contract officers regarding project status, challenges, and resolutions. Government contracting officers conduct performance evaluations assessing vendor compliance with contract terms, quality of deliverables, adherence to schedules, responsiveness to government requirements, and overall professional conduct. These performance evaluations become part of permanent vendor records that government departments consult when evaluating proposals for future opportunities.
Digital forensics vendors should establish contract management protocols ensuring that government forensics work receives appropriate attention regarding evidence handling procedures, chain-of-custody documentation, quality assurance reviews, and timeline management. Federal government clients expect forensic examination work to be performed according to forensic best practices and articulated standard operating procedures. Organizations should document their forensic examination methodologies, evidence handling protocols, and reporting standards in written standard operating procedures available for government client review. When challenges arise during contract execution, proactive communication with government contract officers, transparent identification of issues, and collaborative problem-solving strengthen client relationships and improve performance evaluations.
Conclusion: Strategic Pathways to Sustained Federal Government Business
Digital forensics and eDiscovery vendors pursuing federal government business in Canada face distinctive opportunities and challenges shaped by the Government of Canada's centralized procurement framework, advanced digital platforms, and rigorous evaluation standards. Success requires sophisticated understanding of specialized procurement vehicles including SBIPS, ProServices, RFSOs, and ACAN processes; strategic development of organizational capabilities addressing government requirements; investment in personnel qualifications and professional certifications; and implementation of disciplined RFP response processes emphasizing compliance and quality. Vendors that master these strategic dimensions, maintain pre-qualification across relevant procurement vehicles, and execute contract work with excellence position themselves to build sustained federal government business representing significant long-term revenue and market stability. The federal government market for digital forensics and eDiscovery services continues expanding as government agencies confront increasingly sophisticated cybercrime, conduct complex internal investigations, and manage litigation involving massive volumes of digitally stored information. Organizations developing specialized expertise in federal government procurement requirements and demonstrating consistent contract performance excellence will capture disproportionate share of this growing market opportunity.
Sources
https://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/spicsaa-sbipssa-eng.html
https://www.biddetail.com/blogdetail/request-for-proposal-government-of-canada-a-complete-guide/1037
https://search.open.canada.ca/contracts/record/rcmp-grc,C-2023-2024-Q4-00717
https://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/spics-sbips-eng.html
https://www.tpsgc-pwgsc.gc.ca/app-acq/sp-ps/clients/propositions-rfp-eng.html
https://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/aaspsv-passsa-eng.html?wbdisable=true
https://www.tpsgc-pwgsc.gc.ca/app-acq/documents/2t-rfso1-eng.pdf
https://www.sap.com/products/spend-management/ariba-login.html
https://govcanadacontracts.ca/it_subcategories/it_consulting_services/
https://bronsonsearch.com/technology-executive-search/federal-government-staffing-solutions/
https://www.tpsgc-pwgsc.gc.ca/app-acq/sp-ps/clients/criteres-criteria-eng.html
https://opo-boa.gc.ca/praapp-prorev/2008-2009/chptr-3-eng.html
https://publications.gc.ca/collections/collection_2023/sct-tbs/BT12-10-2004-eng.pdf
https://www.inventive.ai/blog-posts/comparison-of-government-ai-rfp-response
https://govlab.hks.harvard.edu/wp-content/uploads/2021/02/gpl_rfp_guidebook_2021.pdf
https://publicus.ai/newsletter/cybersecurity-procurement-guide-canadian-gov-contracts
https://www.canada.ca/en/public-services-procurement/services/acquisitions/professional.html
https://www.ibisworld.com/united-states/industry/e-discovery-consulting-services/5420/
https://www.gsa.gov/technology/it-contract-vehicles-and-purchasing-programs
https://www.famr.us/learn/learn-how-to-respond-government-rfp/
https://proplibrary.com/articles/926-what-does-it-really-mean-to-be-rfp-compliant-in-a-proposal/
https://www.sba.gov/business-guide/grow-your-business/become-federal-contractor
https://www.inventive.ai/blog-posts/rfp-best-practices-success-tips
https://www.dol.gov/agencies/eta/ui-modernization/customer-experience/cx/choosing-a-vendor
https://www.gatekeeperhq.com/blog/contract-management-kpis-measuring-what-matters
https://www.gordian.com/resources/best-value-source-selection/
https://www.cobblestonesoftware.com/blog/the-3-contract-management-kpis-for-success
```
