This requirement is for
Innovation, Science and Economic Development Canada (ISED)
This requirement is open only to those
Supply Arrangement (SA) Holders under
EN578-170432 who qualified under Tier 1 for the following categories:
A.1. Application/Software Architect Level 3
A.1. Application/Software Architect Level 2
A.6 Programmer/Software Developer Level 3
A.6 Programmer/Software Developer Level 2
I.11 Technology Architect Level 3
Background
The Communications Research Centre (CRC) of Innovation, Science and Economic Development Canada requires technical consultation and development services, on an as and when basis, to assist with design and implementation on:
Cloud infrastructure and architecture using Amazon Web Services (AWS) and other industry-leading cloud technologies, e.g., Microsoft Azure, Google Cloud, etc., to support CRC proof-of-concept system architectures.
DevOps infrastructure (automated building, testing and deploying of code/systems) to support containerization of existing applications and deployment into multiple environments (dev, test, staging, production, etc.)
Cloud- / web-based applications, deployment, access and security, code support
Storage and processing techniques for geospatial big data.
Big Data analysis, algorithms, and analytics implemented in scalable-computing, cloud-based ecosystems.
Data mining and data fusion combined with Artificial Intelligence (AI) / Machine Learning (ML) methods; to anticipate Radio Frequency (RF) spectrum usage based on a breadth of factors including usage patterns, location, events, situations, etc.
Data access optimizations within AWS data storage solutions, SQL databases, etc.; to provide adequate data access granularity and performance for analysis and visualization tools.
Big data visualization and geo-mapping techniques and implementation within custom web-based User Interfaces (UIs), dashboards and industry-leading 3D visualization environment, e.g., Unity 3D; for display in Virtual Reality (VR) / Augmented Reality (AR) / Mixed Reality (MR) environments.
Other aspects of data gathering, monitoring, data analysis, data science, visualization, and/or device application programming; which may become necessary in the context of CRC R&D programs. The Technical Consultation and Development needs, which will be executed in the context of, and in support of, the CRC’s research program which is actively seeking to understand, evaluate and de-risk forward looking approaches to sustainable spectrum management, and demonstrate how to more efficiently use the radio frequency spectrum. These needs will also serve to complement CRC efforts to support short term priorities of the Spectrum and Telecommunications Sector.
Only selected TBIPS SA Holders currently holding a TBIPS SA for Tier 1 in the National Capital Region (NCR) under the EN578-170432 series of SAs are invited to compete. SA Holders may not submit a bid in response to this bid solicitation unless they have been invited to do so.
The following SA Holders have been invited to bid on this requirement:
529040 ONTARIO INC and 880382 ONTARIO INC
ADGA Group Consultants Inc.
BDO Canada LLP
Coradix technology Consulting Ltd.
Deloitte Inc.
Etico, Inc
GCSTRATEGIES INCORPORATED
Leverage Technology Resources Inc.
Lim Geomatics Inc.
MGIS Inc.
Pleiad Canada Inc.
Procom Consultants Group Ltd., Emerion , IN JOINT VENTURE
Systemscope Inc.
T.E.S. Contract Services INC.
Veritaaq Technology House Inc
The Request for Proposal (RFP) will be emailed directly from the Contracting Authority to the invited pre-qualified suppliers.
Note:
Any resulting Questions and Answers (Q&A) related to this RFP will be posted on GETS as they are issued. No Q&A will be emailed directly to any suppliers. This list will not be updated if additional suppliers request copies of the bid solicitation.
Security Requirement:
Security Requirements Check Lists:
Common SRCL #4
Supplier Security Clearance required: Secret
Applicable Trade Agreements:
The requirement is subject to the provisions of the:
Canadian Free Trade Agreement (CFTA)
Canada-Chile Free Trade Agreement
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Canada-Colombia Free Trade Agreement
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canada-Honduras Free Trade Agreement
Canada-Korea Free Trade Agreement
Canada-Panama Free Trade Agreement
Canada-Peru Free Trade Agreement
Canada-Ukraine Free Trade Agreement
World Trade Organization – Agreement on Government Procurement (QTO-AGP)
Proposed period of contract
:
The period of any resulting contract will be one (1) year from date of contract award. Any resulting contract will include an irrevocable option to extend the resulting contract term by up to four (4) additional one (1) year periods under the same conditions.
Contact Information for this Requirement:
File Number
ISED071421
Contracting Authority: Anne Nino Phone Number: 343-572-8900 E-Mail:
anne.nino@ised-isde.gc.ca
NOTE: Task-Based Informatics Professional Services (TBIPS) Method of Supply is refreshed on an annual basis. If you wish to find out how you can be a “Qualified SA Holder”, please contact RCNMDAI.-NCRIMOS@pwgsc.gc.ca