Support and Maintenance of Yield Curve System

Solicitation number FIN-907202-2018-02-23

Publication date

Closing date and time 2018/03/12 15:00 EDT


    Description

    Department of Finance

    ADVANCE CONTRACT AWARD NOTICE (ACAN) – Andrew Kalotay Associates Inc.

    File # FIN-907202-2018-02-23

    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government’s contracting policy have been met. Following notification to suppliers not successful in demonstrating that their statement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board’s electronic bidding authorities.

    If other potential suppliers submit statements of capabilities during the fifteen calendar day posting period, and meet the requirements set out in the ACAN, the department or agency must proceed to a full tendering process on either the government’s electronic tendering service or through traditional means, in order to award the contract.

    ADMINISTRATIVE AUTHORITY

    Michelle Allen

    Contracting Officer

    (613) 369-3460

    E-mail: Michelle.Allen@canada.ca

    DESCRIPTIVE TITLE:

    Support/Maintenance of Yield Curve System

    BACKGROUND

    In Budget 2007, the Government of Canada announced its intention to consolidate the borrowings of Farm Credit Canada (FCC), Canada Mortgage and Housing Canada (CMHC) and the Business Development Bank of Canada (BDC) with the Government’s debt program. Pursuant to this initiative, the Government of Canada agreed to provide loans based on the Government of Canada’s cost of funds on a flexible and timely basis to meet the business needs of the participating Crown borrowers. In November 2007, the Government of Canada issued a Request for Proposal (RFP) on MERX requesting submissions for the development, implementation and ongoing support/maintenance of a yield curve system, as a means to price the loans. 

    In 2008, Andrew Kalotay Associates Inc. developed a proprietary yield curve model, the Canada Yield Curve Live Calculator (“CYCLiC”), consistent with the RFP requirements. The firm has been providing the Government of Canada with ongoing support/maintenance of the CYCLiC system since the Crown Borrowing Program (“the Program”) was implemented in April 2008.

     The Government of Canada requires a contract to extend maintenance, data and support services to continue operating the CYCLiC system.

    MANDATORY REQUIREMENTS

    Andrew Kalotay Associates Inc. developed a proprietary yield curve system, whereby the ownership of the foreground technology rests with them. The yield curve system has been functioning to the Department of Finance’s complete satisfaction since its implementation in 2008.

    System requirements

    • The yield curve system must generate accurate prices for the full range of short, medium and long-term loans. The inputs to the model must be accurate and representative pricing data, consisting of observable market rates for outstanding Government of Canada treasury bills and marketable bonds (excluding Real Return Bonds).
    • The yield curve model must be accurate and robust using both a template and spread par yield curve (i.e., direct linear interpolation and cubic or other types of splines are not appropriate), and price with zero errors for current on-the-run benchmarks, and with minimal errors for the following maturities: overnight, 1 week, 2 weeks, 1 month, 3 months, 6 months and six-month increments thereafter. 
    • A high quality and reliable consolidated data feed based on real-time prices for the full Government of Canada yield curve (marketable bonds and Treasury bills) must be used.
    • A method for modifying inputs to accurately reflect changing conditions, such as the evolution of benchmark issues and/or market anomalies, must be established. 
    • The yield curve must be automatically generated every 15 minutes at a minimum for the period from 8:00 am to 5:00 pm Eastern Time each business day. 
    • A limited access, secure Web page for the automated distribution of the loan rates derived from the yield curve and a historical database storing all data points across the curve at the time of each update must be maintained. 
    • Client support must be provided with a maximum one hour response time period from 8:00 am to 5:00 pm Eastern Time each business day.

    Security requirements

    • System access by authorized users and administrators only. Users must log onto the system with a combination of unique userID and a strong password.
    • System access must be provided based on least privilege and need to know principles.
    • System access logs must be maintained.
    • Physical access to server room must be restricted to authorized personnel only.
    • Integrity of the data must be verified daily using a data integrity checker.
    • Secure session must be established to prevent data tampering while in transit.
    • Change management process and incident response plans must be implemented.
    • Infrastructure IT security posture must be in line with IT security industry best practices (e.g., firewalls, network zoning, access control, event logging, monitoring, antivirus, and patch management).
    • Vulnerability assessment must be conducted and must demonstrate that all medium and high vulnerabilities have been eliminated.

    CONTRACT PERIOD

    The initial contract period shall from April 1, 2018 to March 31, 2019 and includes two, 1 year option periods:

    April 1, 2019 to March 31, 2020

    April 1, 2020 to March 31, 2021

    ESTIMATED COST

    The total estimated value of this contract is $243,197 CAD (excluding taxes) based on the following rates:

    April 1, 2018 to March 31, 2019 - $79,466.00

    April 1, 2019 to March 31, 2020 - $81,055.00

    April 1, 2020 to March 31, 2021 - $82,676.00

    IDENTIFICATION OF CONTRACTOR

    Andrew Kalotay Associates Inc.

    61 Broadway Ste 1400

    New York, NY  10006

    USA

     APPLICABLE TRADE AGREEMENTS:

    The following Trade Agreements are applicable for these services:

    Agreement on Internal Trade (AIT), Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada-Panama Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canadian Free Trade Agreement (CFTA), Comprehensive Economic and Trade Agreement (CETA), North American Free Trade Agreement (NAFTA) and World Trade Organization-Agreement on Government Procurement (WTO-AGP)

    REASON FOR AWARDING CONTRACT TO THIS CONTRACTOR:

    Under government contracting policy, Section 10.2.1 (d) only one person or firm is capable of performing the contract.

    In 2007, Andrew Kalotay Associates Inc. successfully competed in a Request-for-Proposal process for the development, implementation and ongoing support/maintenance of a yield curve system. The CYCLiC system was subsequently implemented, providing the Department of Finance, participating Crown corporations and the Bank of Canada with online access to loan rates across a broad spectrum of maturities on an ongoing basis. 

    The ownership of foreground technology embedded in CYCLiC rests with Andrew Kalotay Associates Inc. This contract does not provide for development and implementation costs for a replacement system, it only covers support and maintenance of an existing system. 

    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS 2018-03-12 AT 2:00 PM EST.

    You are hereby notified that the government intends to solicit a bid and negotiate with the firm identified above.

    If you wish to submit a written response showing that you are capable of meeting this requirement, it must be done no later than the closing date and time. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered. The Crown reserves the right not to open this procurement to competition.

    Responses 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 the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, drawings, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement.

    Suppliers that have submitted a response will be notified in writing of Finance‘s decision to continue with the non-competitive procurement or to compete the requirement.

    Should you have any questions concerning this requirement, contact the contracting officer identified above. The Finance 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.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Atlantic Procurement Agreement
    • 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
    Department of Finance
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0G5
    Canada
    Contracting authority
    Allen, Michelle
    Phone
    613-369-3460
    Email
    michelle.allen@canada.ca
    Address
    90 Elgin Street
    Ottawa, ON, K1A 0G5
    CA

    Buying organization(s)

    Organization
    Department of Finance
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0G5
    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
    Canada
    Procurement method
    Competitive - Limited Tendering

    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: