Data Migration

Status Awarded

Contract number W6369-240393

Solicitation number W6369-240393

Publication date

Contract award date

Contract value

CAD 281,370.00

    Description

    This contract was awarded to:

    KPMG LLP

    The Department of National Defence has a requirement to have the data being stored in its current Electronic Health Record (EHR) production environment assessed and then, based on this assessment, create a detailed plan for archiving the data, disposing of the data, or migrating the data to a new EHR when a future EHR is procured.

    The work will involve the following:

    Phase 1 – Data Model Creation and Data Quality Assessment: Create a data model and then assess the data currently held in the current CFHIS production environment.
    i - Data model,
    ii - Data quality assessment report, and
    iii - Summary report of findings

    Phase 2 – Data Migration Decision Framework: Provide a data migration decision framework, considering the quality of the data (e.g., does it require cleansing or conversion) established in Phase 1, the utility of the data for various users, and requirements for compliance with internal and external policies for retention and disposition.
    i - Data migration decision framework, and
    ii - Summary report of findings).

    Phase 3 – Data Migration Implementation Plan: Provide an overall plan, based on Phases 1 and 2, of how to implement the migration of data to a future EHR, including the development of a data governance framework specific to this activity.
    i - Report on the interface requirements required to extract data from CFHIS,
    ii - Report on the detailed description of how data will be transformed to be usable in a new EHR,
    iii - Report on how data will be loaded into a new EHR, and
    iv - Detailed plan for the data migration activity including, as a minimum, data governance decision-making, the project plan, and the key data migration activity success measures.

    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
     
    For services requirements, Bidders must provide the required information as detailed in article 2.3 of Part 2 of the bid solicitation, in order to comply with Treasury Board policies and directives on contracts awarded to former public servants.
      
    The Crown retains the rights to negotiate with suppliers on any procurement.
     
    Documents may be submitted in either official language of Canada.

    Business address

    150 Elgin Street, Suite 1800

    Ottawa, Ontario, K2P 2P8
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    National Capital Region (NCR)
    Ottawa

    Contract duration

    The contract will be for a period of 3 month(s), from 2024/06/07 to 2024/09/30.

    Commodity - UNSPSC

    • 81112000 - Data services

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    National Defence
    Address

    60 Moodie Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Contracting authority
    Alex Cochran
    Phone
    (343) 548-7265
    Email
    desproc2-4-dose2-4@forces.gc.ca
    Address

    60 Moodie Drive

    Ottawa, Ontario, K1A 0K2
    Canada
    Date modified: