Hosting of IT Infrastructure equipment for FCAC Business Continuity Objectives

Solicitation number 20181251

Publication date

Closing date and time 2019/03/06 13:00 EST


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    1. Definition

    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) 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 Statement 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.

    2. Definition of Requirements

    2.1 Objective of the requirement

    Hosting of IT infrastructure equipment for FCAC business continuity objectives.

    2.2 Background and Specific Scope of the Requirement

    FCAC host its production IT infrastructure equipment within a server room with features and capabilities which are comparable to a Tier 1 data centre. In the event of an environmental failure or disaster scenario that render the FCAC production IT infrastructure equipment non-accessible, the business continuity IT infrastructure equipment hosted at an external data centre shall take over the production environment.

    2.3 Communication Requirements

    The data centre operations must communicate all upcoming maintenance that might indirectly or directly impact FCAC IT infrastructure equipment hosted within their data centre as well as changes that may limit FCAC remote or physical access to its equipment.

    3. Trade Agreements

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Canadian Free Trade Agreement (CFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), Canada-Honduras Free Trade Agreement, Canada-Korea Free Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada–Ukraine Free trade agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), and the Canada-Panama Free Trade Agreement (CPanFTA) if it is in force.

    4. Title to Intellectual property

    There is no Intellectual Property in this contract.

    5. Contract Period

    From contract award to March 31, 2029

    6. Estimated Cost

    The estimated cost will be $452,000.00 (Incl. HST)

    7. Name and Address of the Proposed Contractor

    Bell Canada

    160 Elgin Street

    Ottawa, ON K2P 2M3

    8. Inquiries on Submission of Statement of Capabilities

    Criteria for Assessment of the Statement of Capabilities

    The contractor must have:

    1. The Bidders must provide FCAC with 24/7 secure physical access to our rack and equipment.
    1. The Bidders must meet or exceed the physical security recommendations for Protected B sensitivity level stated in the Royal Canadian Mounted Police (RCMP) Physical Security Guide

    Lead Agency Publication G13-01.

    http://www.rcmp-grc.gc.ca/physec-secmat/pubs/g13-01-eng.html

    1. The Bidders must meet or exceed the physical protection of computer servers recommendations for Protected B level of information stated in the Royal Canadian Mounted Police (RCMP) Physical Security Guide

    Lead Agency Publication G1-031.

    http://www.rcmp-grc.gc.ca/physec-secmat/pubs/g1-031-eng.htm

    1. The Bidders must meet the following cooling requirements for its facility computer room:

    - Low-end temperature 10°C

    - High-end temperature 28°C

    - Low end moisture at 40% relative humidity

    - High-end moisture at 60% relative humidity

    1. The proposed Bidders must provide server rack with power distribution unit(s) with the following outlet types:

    - C-19 (Minimum 5)

    - C-13 (Minimum 20)

    1. The Bidders proposed facility must meet or exceed a tier 3 facility features and capabilities with an availability of 99.982%
    1. The Bidders must provide one Internet Connection of 50 Mbps, which is burstable to 1 Gbps with a minimum of 15 static IP addresses.
    1. The Bidders data centre facility must be located in the National Capital Region of Canada.

    "Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, to the contact person identified in this Notice on or before the closing date and time of this Notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements."

    9. Closing Date

    March 6th, 2019 at 2:00 P.M. Eastern Standard Time (AST)

    10. Contract Authority

    Stéphane Dupel

    Senior Procurement Officer

    Financial Consumer Agency of Canada

    427 Laurier Ave. West, Suite 600

    Ottawa, ON K1R 1B9

    FCAC.Contract-Contrat.ACFC@fcac-acfc.gc.ca

    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Financial Consumer Agency of Canada
    Address
    427 Laurier Avenue West, 6th Floor
    Ottawa, Ontario, K1R 1B9
    Canada
    Contracting authority
    Dupel, Stephane
    Phone
    613-948-7958
    Email
    stephane.dupel@fcac-acfc.gc.ca
    Address
    427 Laurier Ave. West, Suite 600
    Ottawa, ON, K1R 1B9
    CA

    Buying organization(s)

    Organization
    Financial Consumer Agency of Canada
    Address
    427 Laurier Avenue West, 6th Floor
    Ottawa, Ontario, K1R 1B9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    2
    000
    English
    20

    Access the Getting started page for details on how to bid, and more.

    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.