Requirement for IBM® i2® IXA Installation and Configuration Services

Solicitation number FP802-150264

Publication date

Closing date and time 2016/03/17 14:00 EDT


    Description

    TITLE: Requirement for IBM® i2® IXA Installation and Configuration Services

    INTRODUCTION:

    The Department of Fisheries and Oceans has a requirement for the provision of full end-to-end design, testing and implementation of IBM® i2® iXa within DFO’s environment configured to link three internal target databases, and a full knowledge transfer to DFO employees on the implementation. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to IBM Canada. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 25 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 25 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.

    BACKGROUND:

    The Department of Fisheries and Oceans has a requirement to The Department of Fisheries and Ocean’ s Conservation & Protection Branch has centralized its suite of existing IBM® i2® software as part of a new national program. Staff from various zones will be accessing information from the new national repository as part of their work objectives in developing new products.

    There is a requirement to enhance the querying capabilities of the existing software by introducing access to existing DFO databases. Currently staff must request or conduct manual exports of data from the separate databases. The data is then imported into the i2® software to allow the staff to apply visual analytics techniques as part of their process in product development.

    Given the number of products the new program will produce and the underlying analysis required to create them, efficiencies can be realized with programming linkages between the i2® software search capabilities and the existing DFO databases.

    C&P can reduce the cost of programming system linkages by utilizing the IBM® iXa software development kit (SDK) to support security requirements, query capabilities, system linkages, and communication protocols. The IBM® iXa web services are integrated with the existing plug-ins for the i2®® Analyst Notebook so the queries can be conducted using the same solution as used for the analytical product development. The IBM® iXa services will permit the existing i2® software to discover, query, and retrieve data. These functions would allow staff to retrieve data without requesting manual extracts.

    The IBM® iXa SDK is a commercial off the shelf (COTS) software component that will help C&P minimize development time for adding system linkages to the existing infrastructure.

    To program these linkages and setup for ongoing support, C&P in collaboration with DFO (Information Management & Technical Services) IM&TS is looking to obtain the services of a company that can implement IBM® iXa web services for existing DFO databases.

    This will also include a knowledge transfer process with DFO IM&TS staff to continue the ongoing support for newly created database linkages.

    The work will involve the following: DFO requires i2® iXa to integrate with three existing Oracle databases at DFO. The databases are simple, relational schemas which contain entities that our intelligence team must be able to search on. The high level scope of the three datasets that must be linked to using the installed i2® iXa tool (see “Work Requirements” Section below for details).

    PURPOSE:

    To provide public notification that the Department of Fisheries and Oceans is considering awarding a contract to:

    IBM® Canada

    3600 Steeles Avenue East

    Markham, Ontario L3R 9Z7

    MINIMUM ESSENTIAL REQUIREMENTS:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    1. Contractor must have a minimum of ten (10) years’ experience installing, configuring and supporting the IBM® i2® suite of products.
    2. Contractor must have a minimum of five (5) years’ experience implementing the IBM® i2® IXA component with existing IBM® i2® installation.
    3. Contractor must have a minimum of five (5) years’ experience installing, managing and configuring the IBM® i2® Intellishare web component.
    4. The contractor must have proof of training for IBM® i2® Designer obtained from an authorized IBM® i2® training company.
    5. The contractor must have a minimum of five (5) projects implementing (design, document and deploy) IBM® i2® iXa in an environment with IBM® i2® Analyst Notebook and IBM® i2® Intellishare.
    6. Contractor must have the capability to analyze the provided business requirements, and design and deploy all i2® Entities required for a completely functional IBM® i2® iXa deployment.
    7. The contractor must have a qualified resource to begin work immediately, and complete the work by July 31, 2016.
    8. The proposed resource must hold a valid Reliability Status security clearance granted by the Canadian and International Industrial Security Directorate (CISD) of Public Work and Government Services Canada at time of bid closing.
    9. The proposed resource must be fluent in English at the intermediate level in written, oral and comprehensive.

    JUSTIFICATION:

    The i2® suite of software is a niche product aimed at intelligence communities to aid intelligence gathering and analysis. A scan of the marketplace revealed a nearly non-existent resource pool for the implementation. Further, the product was originally based out of the UK, which may contribute to the lack of skills in North America. DFO has already invested in and posted a competitive Request for Proposal (RFP) for a team of resources to fulfill this requirement. No bids were received as a result of that process. IBM® is the owner of the i2® suite of software and does have a limited number of resources with the necessary skills and experience to perform the work required by DFO. Due to the highly specialized nature of the product, and as the sole proprietor of the software, DFO feels IBM® is the only qualified company available to do the work.

    INTELLECTUAL PROPERTY:

    DFO has determined that any Intellectual Property arising from this contract will remain to the contractor.

    WORK REQUIREMENTS:

    DFO requires i2® iXa to integrate with three existing Oracle databases at DFO. The databases are simple, relational schemas which contain entities that our intelligence team must be able to search on. The high level scope of the three datasets that must be linked to using the installed i2® iXa tool are:

    1) 9 entities/fact tables/views

    2) 12 entities/fact tables/views

    3) 21 entities/fact tables/views

    The contractor will be responsible for ensuring full end-to-end design, testing and implementation of IBM® i2® iXa within DFO’s environment. This includes working with existing DFO employees and contractors to determine the required data mappings in iXa, as well as a full knowledge transfer to DFO employees on the implantation. Upon completion of the work, DFO employees should be able to maintain the deployed solution without further effort required from the contractor, as well as use the knowledge transfer to implement new iXa linkages. This includes:

    1. Work with DFO staff and contractors to determine detailed requirements require implement i2® iXa.
    1. Install and configure IBM® i2® iXa in a development, testing and production environment.
    1. Ensure end-to-end encryption between all i2® components in the production environment.
    2. Fully document any i2® iXa connector configurations or customizations.
    3. Ensure the current DFO i2® ibase environment (Intellishare, Analyst Notebook) is configured in a suitable manner for iXa deployment.
    4. Ensure DFO can properly deploy IBM® i2® Analyst Notebook through Microsoft SCCM to client workstations with any/all iXa dependencies.
    1. Work with DFO staff to explain and demonstrate each integration piece for the purposes of ongoing maintenance and development of the integrations.
    1. Work with DBA’s to provide the necessary views required to allow iXa to access the data in a secure, read-only manner.
    1. Work with the project manager to provide
    1. Status updates or reports on progress
    2. Recommendations on training for products
    3. Estimates on timelines required for various work units

    Deliverables Include:

    1. Project Level
    1. Status reports, as required by DFO.
    2. Timelines or estimates as required
    1. Technical Level
    1. Solution Architecture (based off of DFO’s initial architecture, modified as required), highlighting all components including encrypted connections
    2. Functional specifications documents, which primarily consists of three I2® iXa connectors, describing each connector, any data mappings to schemas, any/all entities, links and fields, or any other pertinent information.
    3. Test plans, and results upon completion
    4. A robust, tested and fully functional IBM® iBASE (Intellishare, Analyst Notebook and iXa) environment capable of federated search via iXa across the three datasets.

    PERIOD:

    The contract period is estimated to be from the date of contact award until July 31st, 2016.

    Estimated Level of Effort (days)

    Initial Period to

    July 31, 2016

    40 days

    TRAVEL:

    The contractor will travel to Ottawa, Ontario (the location of work) and back to their city of residence to perform the on-site work for the Department. Travel and living expenses will be included in the fixed per diem rate provided by the bidder. The contractor will travel a maximum of four (4) times to the location of work as follows:

    • An initial two (2) week period for ~10 working days from the city of residence to the location of work
    • A second period of 4 weeks for ~20 working days from the city of residence to the location of work
    • A third period of 1 week for ~5 working days from the city of residence to the location of work
    • A fourth period of 1 week for ~5 working days from the city of residence to the location of work

    This travel and living plan is only an estimation made in good faith and is not to be considered in any way as a commitment from the Government of Canada.

    ESTIMATED VALUE:

    The total estimated value of the contract shall not exceed $177,000.00 including all associated costs such as professional services per diem rate, travel & living expenses, miscellaneous, and excluding all applicable taxes.

    LOCATION OF WORK:

    The contractor will work on-site at 200 Kent St. Ottawa, ON, CANADA, K1A 0E6.

    APPLICABLE STATUATORY AND REGULATORY REQUIRMENTS:

    Applicability of the following requirements to this ACAN process is the following applicable sections:

    1. Policy INFORMATION

    Applicable Exceptions to Soliciting Bids under the Government Contracts Regulations (GCRs) (Section 6):

    Government Contracts Regulations (GCRs), 6d) only one person or firm is capable of performing the work

    10.2.5 Exception (d) sets competitive bidding aside when only one person or firm can do the job. This exception is quite definitive and should be invoked only where patent or copyright requirements, or technical compatibility factors and technological expertise suggest that only one contractor exists. This exception should not be invoked simply because a proposed contractor is the only one known to management.

    1. TRADE AGREEMENTS

    Applicability of the trade agreement(s) to procurement

    Applicable to this procurement Limited Tendering Provision Subject the following trade agreement(s):

    North American Free Trade Agreement (NAFTA)

    Agreement on Internal Trade (AIT)

    Canada-Chile Free Trade Agreement (CCFTA)

    Canada-Colombia Free Trade Agreement (CCFTA)

    Canada-Panama Free Trade Agreement (CPFTA)

    Canada-Honduras Free Trade Agreement (CHFTA)

    Canada-Korea Free Trade Agreement (CKFTA)

    Canada-Peru Free Trade Agreement (CPFTA)

    LANGUAGE OF WORK:

    The Contractors must provide services and any reports and/or documentation in English (Written, Spoken, and Comprehension) at an intermediate level. Please see below legend.

    Legend

    Oral

    Comprehension

    Written

    Basic

    A person speaking at this level can:

    *ask and answer simple questions;

    *give simple instructions; and

    *give uncomplicated directions relating to routine work situations.

    A person reading at this level can:

    *fully understand very simple texts;

    *grasp the main idea of texts about familiar topics; and

    *read and understand elementary points of information such as dates, numbers, or names from relatively more complex texts to perform routine job-related tasks.

    A person writing at this level can:

    *write isolated words, phrases, simple statements or questions on very familiar topics using words of time, place or person.

    Intermediate

    A person speaking at this level can:

    *sustain a conversation on concrete topics; report on actions taken;

    *give straightforward instructions to employees;

    *provide factual descriptions and explanations.

    A person reading at this level can:

    *grasp the main idea of most work-related texts;

    *identify specific details; and

    *distinguish main from subsidiary ideas.

    A person writing at this level can:

    *deal with explicit information on work-related topics since they have sufficient mastery of grammar and vocabulary.

    Advanced

    A person speaking at this level can:

    *support opinions; and understand and express hypothetical and conditional ideas

    A person reading at this level can:

    *understand most complex details, inferences and fine points of meaning; and

    *have a good comprehension of specialized or less familiar material.

    A person writing at this level can:

    *write texts where ideas are developed and presented in a coherent manner.

    Response:

    Suppliers who consider themselves fully qualified and available to provide the services described herein, may submit a Statement of Capabilities in writing to the Contracting Officer identified in this Notice (See below) on or before the closing date. The Statement of Capabilities must clearly demonstrate how the supplier meets the requirement described herein.

    The closing date and time for accepting written statements of capabilities challenging this requirement, is: Thursday, March 17th, 2016 at 2p.m. (EST). As it is intended to proceed in a timely manner, responses received after the closing date will not be considered.

    Inquiries and statements of capabilities are to be directed to:

    Natasha Blackstein

    Contracting Officer

    Procurement Hub – Ottawa Office
    Telephone: (613) 993-5741
    Facsimile: (613) 991-1297
    E-mail: natasha.blackstein@dfo-mpo.gc.ca

    Statement of Capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by DFO for technical evaluation purposes only, and will not to be construed as a proposal. Your written Statement of Capabilities must provide sufficient evidence that demonstrates it is capable of fulfilling the Science Branch requirement. Suppliers who submit a Statement of Capabilities prior to the closing date and time will be notified in writing as to the Department’s decision whether it will continue with the aforementioned procurement, or proceed to a full bid solicitation process.

    Should you have any questions concerning this requirement, please contact the identified Contracting Officer. The DFO file number, the Contracting Officer’s name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Blackstein, Natasha
    Phone
    613-993-5741
    Address
    200 Kent Street, 9W067
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    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.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: