Maintenance on CanadaBuys

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

  • SAP Ariba on Saturday, February 15 from 7:00 pm until 10:59 pm (Eastern Time)   

Self improving inference prototype

Solicitation number W7701-135515/A

Publication date

Closing date and time 2012/11/09 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Title: Self improving inference prototype (SIIS) for the
    intelligence preparation of theBattlefield (IPB) and
    intelligence preparation of the operational Environment (IPOE)
    
    The Statement of Work (SOW) describe the services required by
    Defence R&D Canada - Valcartier (DRDC Valcartier) aimed at
    carrying out the following objectives : 
    
    The objectives of the work are:
    The development of a self improving inference prototype to
    support the IPB/IPOE processes.
    Support the demonstration, validation, and experimentation with
    the prototype.
    
    Background
    DRDC Valcartier has undertaken a research and development (R&D)
    Applied Re-search Projects (ARP) entitled "Self Improving
    Inference System (SIIS) to Support the Intelligence Preparation
    of the Battlefield (IPB) Process". 
    The main objective of the SIIS project is to produce a prototype
    of a self improving inference system to support the analysis and
    sensemaking aspects of the Intelligence Preparation of the
    Battlefield/Intelligence Preparation of the Operational
    En-vironment (IPB/IPOE). This prototype must be capable of
    learning and improving based on both its current performance and
    operator feedback.
    The objective of the current contract is to develop a self
    improving inference proto-type to support the IPB/IPOE
    processes. The prototype must be integrated in, and leverage as
    much of the Intelligence Science and Technology Integration
    Platform (ISTIP) inference tools as is possible.
    
    In order to achieve the project objectives, this contract will
    carry out 7 tasks.
    Task 1: Define CBR Situation Templates
    Task 2: Define Preliminary Similarity Measures
    Task 3: Choose Relevant learning Approaches to Support CBR
    Task 4: Implement learning Algorithms to supprot CBR
    Task 5: Develop Self-improving inference prototype
    Task 6: Demonstration and validation
    Task 7: Project Management
    
    Client department
    The services will be rendered to Defence Research and
    Development Canada (DRDC-Valcartier).
    
    Period of the contract :
    The period of the Contract is from date of Contract January 30,
    2014.
    
    Maximum Funding
    The maximum funding available for the contract resulting from
    the bid solicitation is $390 000.00  (Goods and Services Tax or
    the Harmonized Sales Tax extra, as appropriate). Bids valued in
    excess of this amount will be considered non-responsive.  This
    disclosure does not commit Canada to pay the maximum funding
    available.
    
    Ownership of Intellectual Property : 
    Defence Research and Development Canada - Valcartier has
    determined that any intellectual property rights arising from
    the performance of the Work under the resulting contract will
    belong to Canada.
    
    Technical Criteria evaluation and basis selection
    Technical proposal: 50 points, minimum 33 points
    Competence of personnel directly involved in project: 245
    points, minimum 140 points
    Management: 105 points, minimum 62 points
    Capabilities and experience of firm: 10 points, minimum 4 points
    Total: Maximum 410 points, minimum 239 points
    
    Basis of Selection - Highest Rated Within Budget
    To be declared responsive, a bid must:
    (a)	comply with all the requirements of the bid solicitation;
    (b)	obtain the required minimum points for each criteria and
    each group of criteria  with a pass mark; and
    (c)	obtain the required minimum points overall for the technical
    evaluation criteria which are subject to point rating.
    Bids not meeting (a) or (b) or (c) will be declared non
    responsive.  The responsive bid with the highest number of
    points will be recommended for award of a contract, provided
    that the total evaluated price does not exceed the budget
    available for this requirement.  In the event that the highest
    number of points is obtained by more than one responsive bid,
    the responsive bid with the lowest evaluated price will be
    recommended for award of a contract.
    
    Other information :
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT). 
    The requirement is subject to a preference for Canadian services.
    This PWGSC office provides procurement services to the public in
    both official languages.
    
    IMPORTANT NOTICE: New measures related to Code of Conduct and
    certifications included in the solicitation documetns requires
    attention.
    
    W7701-135515/A
    Brisebois, Aline
    N° de téléphone - (418) 649-2883 
    Nº fax - (418) 648-2209
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Brisebois, Aline
    Phone
    (418) 649-2883 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    002
    English
    0
    001
    English
    0
    000
    English
    1
    001
    French
    0
    002
    French
    0
    000
    French
    0

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

    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
    Quebec (except NCR)
    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: