Canada - Procurement Environmental Impact Capability Solution (EN578-200703/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
06 November 2019
Opportunity publication date
03 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
Competitive Procurement Strategy: Best Overall Proposal
Comprehensive Land Claim Agreement: No
Nature of Requirements:

Procurement Environmental Impact Capability Solution

Public Works and Government Services Canada (PWGSC), also known as, Public Services and Procurement Canada (PSPC), is issuing a Notice of Planned Procurement on behalf of the Business Analytics Services Directorate (BASD) branch for an upcoming Request for Proposal (RFP) for an Artificial Intelligence (AI) requirement using the newly established AI Source list under EN578-180001/B.

The following NPP is directed only to the qualified suppliers of the AI source list.

Suppliers under Bands 2 and 3 are invited to provide feedback on this NPP.

1. REQUIREMENT OBJECTIVE

Public Services and Procurement Canada (PSPC) Business Analytics Services Directorate (BASD) branch, is serving as Project and Technical Authority, has a requirement for a Procurement Environmental Impact Capability (PEIC) solution. This digital solution will capture CanadaÂ’s current state of procurement and predict trends. It will help Canada benchmark against other governments and market, and reduce its environmental impact through its procurement. Once designed, tested and refined, the solution will provide a user-friendly interface to identify and present key information, trends, patterns, relationships and inconsistencies, and generate reports on the following four environmental indicators: Green certified goods and services, plastic, greenhouse gas emission and post-consumer recycled content. This solution will also be hosted and be accessible by at least 500 identified users in various federal departments and agencies.

2. INTENT OF NPP
Under this NPP, PSPC is first seeking for Industry feedback and validation on drafts documents associated with the solicitation to confirm marketplace capabilities and interest, and to refine for a more comprehensive solution. In consideration of industryÂ’s insights and other operational imperatives, PSPC will then issue a request for proposals (RFP).

Below you will find a list of questions in Annex E for industry to provide feedback. The topics are as followings:

a. Desired Business Objectives and Project Scope (Annex A to NPP);
b. Statement of Work (Annex A to NPP);
c. Evaluation Criteria (Annex B to NPP);
d. Use Cases (Annex C to NPP); and
f. Questions to solicit feedback from industry (Annex D to NPP).

The information provided will aid in increasing PSPCÂ’s understanding of the capability, viability and availability of a PIEC solution. Industry perspective on the approach, business, cost of development, timelines and draft requirement documentation, are of particular interest.

3. KEY ESTIMATED RFP TIMELINES

Publication of the NPP: October 2, 2019
NPP Feedback submission deadline: October 16, 2019
Publication of RFP Solicitation: October 31, 2019
BiddersÂ’ Webinar: November 7, 2019
Bidder self-Identification deadline: November 12, 2019
Bid Closure: December 13, 2019

4. PSPC AGILE RFP EVALUATION APPROACH

This RFP solicitation involves a bid evaluation and a two-stage procurement process.

A. Bidders Submission, Evaluation of Bidders Proposals and Contractor Selection for Stage I (using AI source list process)
B. Stage I: Evaluation and Contracting Process for Stage I - Prototype Solution
C. Stage II: Selection and Contracting Process for Stage II - Product Ready Solution (PRS) – OPTIONAL WORK

Bid Evaluation
The objective of bid evaluation is to:
• solicit, evaluate and rank the responsive proposals based on their technical score
• recommend issuance of a contract to up to two of the top-ranked responsive proposals

Stage I
The objective of Stage I is to:
• complete Stage 1 work in 80 business days, deliver prototype solution for assessment
• assess the prototype solutions, conduct usability and functionality acceptance tests
• recommend issuance of a contract amendment to the contractor for Stage II work

Stage II
The objective of Stage II is to:
• Finalize and deliver production ready solution in 60 business days
• evaluate the production ready solution, conduct usability and functionality acceptance tests
• recommend issuance of contract amendment for hosted production ready solution, including maintenance and support

The selection of proposal(s) for contracting does not constitute a guarantee on the part of Canada that a contract amendment will be awarded for Stage II.

5. ENQUIRIES AND RESPONSE

All enquiries and responses to the questions in Annex D must be submitted in writing to the Contracting Authority no later than October 16, 2019.

EN578-200703/A
Lessard, Peter
peter.lessard@tpsgc-pwgsc.gc.ca
Telephone No. - (613) 850-7602

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.

Opportunity closing date
06 November 2019
Value of contract
to be confirmed

About the buyer

Address
Public Works and Government Services Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?