ACAN - Statistics Canada - PERSIM to SAS Upgrade
Solicitation number 000001432
Publication date
Closing date and time 2013/09/16 14:00 EDT
Description
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 1. Definition of requirement Statistics Canada developed a Personnel Simulation Model application (PERSIM), to conduct workforce analysis and forecasting. This software was designed in Visual Basic and, as in any software of the sort, requires on-going software maintenance support. At the moment, this support is assured by an external supplier and Statistics Canada now wishes that a new version of PERSIM be developed using various SAS routines and / or internally-developed software, such as Model Generator (MODGEN). Several new components will be added to the existing software to allow more extensive analysis of human resources events. This new version of PERSIM will allow the application to grow and mature within the confines of the capabilities of Statistics Canada’s staff. Within Statistics Canada, SAS is a common application taught and used in various divisions. The contractor must be familiar with the administrative data and the workforce projection methodology used by the PERSIM software, including its complex parameter indexing, memory management and integrated multivariate analysis. In addition, the contractor must have had an extensive experience in using Taken-on Strength (TOS), Struck-off Strength (SOS) and mobility files of the Federal Public Service, as well as the Job-Based Analytical Information System (JAIS) files created by the Public Service Commission of Canada. 2. Criteria for assessment of the Statement of Capabilities Minimum Essential Requirements Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: • Experience in developing microsimulation software and experience using the software in a number of departments; A thorough understanding of microsimulation software programming is required to transfer the existing system to the new SAS system; • Experience in training people in the use of microsimulation software; • An extensive knowledge and understanding of the needs of HR planning in the Federal Public Service having interacted with key HR players; • Experience developing Analytical Information Systems for the generation of HR-related indicators. A number of these indicators will be integrated to the new system; • Experience with the administrative data files of the Public Service Commission and of the Treasury Board Secretariat that are used to conduct workforce analysis and projections and that will be used in the new system; • Extensive knowledge and experience using SAS on a number of HR-related issues; • Knowledge and experience of SAS procedures, particularly IML and SQL, in the development of microsimulation models within the Federal Public Service; • Extensive experience (over 15 years) in Visual Basic and SAS programming in the Microsoft Windows operating system environment; • Experience in developing extensive processes and the methodologies for analyzing human resources; 3. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): • Agreement on Internal Trade (AIT) • World Trade Organization - Agreement on Government Procurement (WTO-AGP) • North American Free Trade Agreement (NAFTA) 4. Justification for the Pre-Identified Supplier • Vestimetra International Inc. knows very well the needs in terms of Human Resources planning in the Federal Public Service. • Vestimetra International has knowledge and experience with the 40,000 lines of code in PERSIM that must be converted into SAS. • The software must be bilingual and Vestimetra International Inc. has experience in and is capable of providing microsimulation software in both official languages. • Vestimetra International Inc. developed a JAIS (Job-Based Analytical Information System) for the Public Service Commission of Canada to generate several HR-related indicators. • Vestimetra International Inc. has extensive experience with the administrative data files that are used to conduct workforce analysis and projections. • Vestimetra International Inc. has a working knowledge of MODGEN, a micro-simulation model developed by Statistics Canada having produced a comprehensive review of LifePath (a MODGEN-derivative application) for Human Resources Skills Development Canada (HRSDC). • Vestimetra International Inc. has over fifteen (15) years of experience in Visual Basic and SAS programming (including PROC IML, PROC SQL) in the Microsoft Windows operating system environment. • Vestimetra International Inc. has used SAS on a number of Human Resources-related issues at Statistics Canada and elsewhere in the Federal Public Service. • Vestimetra International Inc. developed several processes and the methodologies for analyzing human resources for Statistics Canada. • The company possesses management and support resources necessary to bring this project to fruition. 5. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: subsection 6(d) - "only one person is capable of performing the work". 6. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified: Limited Tendering Provisions in accordance with the Trade Agreements: • World Trade Organization-Agreement on Government Procurement (WTO-AGP) Article XV.1 (b) is applicable on the basis of “when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.” • North American Free Trade Agreement (NAFTA) Article 1016.2(b) is applicable on the basis of “where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.” • Agreement on Internal Trade (AIT) Article 506.12(b) is applicable on the basis “where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.” 7. Ownership of Intellectual Property. Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the Contractor declares in writing that he/she is not interested in owning the Foreground, as indicated in Section 6, Sub-section 6.3 of Treasury Board’s Policy on Title to Intellectual Property Arising under Crown Procurement Contracts 6.3 - when the Contractor declares in writing that he/she is not interested in owning the Foreground; 8. The period of the proposed contract The proposed contract period is estimated to commence on September 16, 2013 and run until March 31, 2015. The contract includes an irrevocable option period from April 1, 2015 – March 31, 2016. 9. A cost estimate of the proposed contract The estimated value of the contract, including options, is approximately $ 222,000.00 10. Name and address of the pre-identified supplier Vestimetra International Inc. 57 Hautvilliers Outremont, Quebec H2V 4P1 11. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 12. The closing date for a submission of a statement of capabilities. The closing date and time for accepting statements of capabilities is September 16, 2013 at 2:00 p.m. EDT. 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Michael Tsoukanas Contracting Advisor Statistics Canada 150 Tunney’s Pasture Driveway Main Building - SC 1405 E Ottawa, Ontario K1A 0T6 Fax: 613-951-2073 michael.tsoukanas@statcan.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Statistics Canada
- Address
-
150 Tunney's Pasture DrivewayOttawa, Ontario, K1A0T6Canada
- Contracting authority
- Tsoukanas, Michael
- Phone
- 613-951-2488
- Email
- michael.tsoukanas@statcan.gc.ca
- Fax
- 613-951-2073
- Address
-
150 Tunney's Pasture DrivewayOttawa, ON, K1A 0T6CA
Buying organization(s)
- Organization
-
Statistics Canada
- Address
-
150 Tunney's Pasture DrivewayOttawa, Ontario, K1A0T6Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.