Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Monday, July 08, 9:00 pm until July 09 02:00 am (Eastern Time)

Artificial Intelligence Auditor – Cloud Integrator

Solicitation number 20-162458

Publication date

Closing date and time 2019/11/29 14:00 EST


    Description

    Requirement Details

    Tendering Procedure: Selective Tendering

    This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category

    1. One (1) Stream 3: Information Management/Information Technology Services – Platform Analyst – Level 3
    2. Two (2) Stream 3: Information Management/Information Technology Services – Technical Architect – Level 3
       

    The following SA Holders have been invited to submit a proposal:

    Alika Internet Technologies Inc.

    BP & M Government IM & IT Consulting Inc.

    Cache Computer Consulting Corp.

    Deloitte Inc.

    Donna Cona Inc.

    Emerion

    Excel Human Resources Inc.

    Lansdowne Technologies Inc.

    SAS Institute (Canada) Inc.

    Scalar Decisions Inc.

    TEKSYSTEMS CANADA CORP./SOCIÉTÉ TEKSYSTEMS CANADA

    The AIM Group Inc.

    The Bell Telephone Company of Canada or Bell Canada/La Compagnie de Téléphone Bell du Canada ou Bell Canada

    The KTL Group, Inc.

    TPG Technology Consulting Ltd.

    Description of Work:

    DFATD is seeking skilled resources to deliver the project, associated components, provide training, technical support, oversight services, and consultation in support of the innovation testing procedures. The resources will work with DFATDs internal security team to ensure that the implemented security controls are commensurate with the identified data classification.

    The objective is for the resources to provide best practices, guidance, and development services for a cloud tenant on Amazon Web Services and Microsoft Azure, as well as provide support to DFATD’s Information Management/Information Technology (IM/IT) Bureau in areas including but are not limited to the following:

    1. Cloud Architecture: The technical infrastructure and data management for cloud services for the Artificial Intelligence (AI) Auditor project and other related cloud innovation projects.
    2. Cloud Security Architecture: The overarching security structures, controls, compliance, and monitoring solutions for the use of cloud services, including: network, compute, storage, and hybrid cloud components in accordance with the security controls commensurate for a Protected B application as defined in ITSG-33.
    3. Cloud System Administration: The installation of software on instances of cloud compute services for each projects’ needs; ongoing maintenance, patching, and monitoring until the environment is decommissioned or the end of the contract; and decommissioning of services within the cloud tenant such as access management, destruction of data, termination of cloud services, and documentation of activities in compliance with the project needs and security and privacy standards.

    Security Requirement: Common PS SRCL #19 applies

    Minimum Corporate Security Required: SECRET

    Minimum Resource Security Required: SECRET

    Contract Authority

    Name: Brandon Hua

    Phone Number: 343-203-1307

    Email Address: Brandon.Hua@international.gc.ca

    Inquiries

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.

    NOTE: TaskBased Informatics Professional Services (TBIPS) Method of Supply is refreshed three (3) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.NCRIMOS@pwgsc.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)
    • 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
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    Canada
    Contracting authority
    Hua, Brandon
    Phone
    343-203-1307
    Email
    Brandon.Hua@international.gc.ca
    Address
    200 Promenade du Portage
    Gatineau, QC, K1A 0G2
    CA

    Buying organization(s)

    Organization
    Foreign Affairs, Trade And Development (Department Of)
    Address
    125 Sussex Dr
    Ottawa, Ontario, K1A0G2
    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
    Request for Proposal
    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: