Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-12-20 00:00:00
Canada CanadaBuys

Genomics Cloud Infrastructure (W7719-215555/B)

Process Number PW-$TOR-015-8143

Dates:


Publication date:

2021-12-20 00:00:00

Amendment date:

None

Date closing:

2022/01/04 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

Ontario

End user entity:

Department of National Defence

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

Generally only one firm has been invited to bid

Reference number:

PW-$TOR-015-8143

Solicitation number:

W7719-215555/B

Description:


Description:

Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: DNASTACK CORP. 120 Adelaide St West, Suite 2500 Toronto Ontario Canada M5H1T1 Nature of Requirements: Genomics Cloud Infrastructure W7719-215555/B Abela, Aaron Telephone No. - (416) 262-6212 E-mail: aaron.abela@pwgsc-tpsgc.gc.ca 1. Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2. Definition of the requirement The Defence Research and Development of Canada (DRDC) branch of Department of Nation Defence - are in the era of generating varying types of genome datasets at an exponential rate. Managing, storing and analyzing these datasets as well as others that are no longer compatible with traditional computing methods. For example, in order to manage and analyze one type of big data set, genome sequencing, and a cloud-based (internet) computing platform is required. Our goal is to establish a secure cloud infrastructure within DND Cloud/Joint Defence Cloud Programme in which we can share and analyze our datasets between sister centers as well as NATO partners and allies in the most secure manner possible. The main purpose of this contract is to establish a Big Data infrastructure for DRDC, which will allow researchers across all DRDC centers access to the most up-to-date technology required to manage, analyze and share secured genomic datasets as well as other datasets. With the evolving SARS-CoV/Covid-19 global landscape this includes access to a harmonized ecosystem of data tools for SARS-CoV/COVID-19 data. The genome cloud based infrastructure and software platform must be compatible with all three cloud service providers and either meets or exceeds the Treasury Board (TB) of Canada’s Direction on the Secure Use of Commercial Cloud Services: Security Policy Implementation Notice (SPIN) guardrail standards. The Contractor must establish a genomics research computing infrastructure for DRDC research based datasets only within a Treasury Board guardrail environment and must demonstrate an updated and current PIA (privacy impact statement) and TRC (threat analysis assessment). 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: 1. Must have Data sharing enabled by open standards including GA4GH APIs, with tiered access. 2. Must connect to an ecosystem of data (including harmonized SARS-CoV/COVID-19 data), apps and downstream tools including command line interfaces for Windows, Mac and Linux environments and a variant calling github pipeline from raw reads to variants and assembly files. 3. Must support three major cloud providers: AWS, Azure and Google (GCP). 4. Platform must have federated search function, discovery and analysis of genomics and biomedical data designed to handle large volumes of sensitive data, including complex genomics data. 5. Must have an updated and recent PIA (private impact assessment) as well as a TRC (threat and risk assessment) on the product. 6. Must use a Digitally identity passport following an Identity Management (IAM - authentication and authorization) and compliant with GA4GH Passport standard to access datasets. 7. Must have three (3) proven use-case projects, either on a national or international scale, of federated global network sharing genomics and clinical data. 8. Must be operating in compliance according with Personal Health Information Protection Act (PHIPA). 4. Applicability of the trade agreements to the procurement This procurement is subject to the following trade agreement(s) The requirement is subject to the, Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada - Ukraine Free Trade Agreement (CUFTA), Canada - European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement, the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA) and the Canada-United Kingdom Trade Continuity Agreement (TCA). 5. Justification for the Pre-Identified Supplier The DNAstack Publisher, Explorer and Workspace is the only software developer that has an Genomics Cloud Infrastructure data sharing platform enabled by open standards including GA4GH APIs, The DNAstack platform allows DRDC to seamlessly connect and pivot to an ecosystem of data (including harmonized SARS-CoV/COVID-19 data), apps and downstream tools. Without it, DRDC scientific study options and thus capabilities to be part of national initiatives and international research efforts into COVID-19 soldier variant data study would be significantly reduced. Not adopting a Canadian-wide platform already designed for and integrated with Canadian cloud federated standards, would place DND at increased risk of running on immature platforms and enhancing risk of hacking and/or cyber-threats resulting in an unacceptable breach of genome soldier data. DNAStack Corp is also the sole software developer and owner of the intellectual property surrounding this technology product that works to seamlessly integrates with the genomic pipeline system that The Center for Applied Genomics (main service contractor used by DRDC for their genomics research studies) uses. The software developer does not authorize value-added resellers or distributors for their software or licenses, therefore DNAStack Corp is the only supplier for the genomics cloud infrastructure and software. As the sole supplier, DNAStack Corp in the Toronto, Canada is being recommended for contract award. 6. Government Contracts Regulations Exception The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 7. Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked under the: Canadian Free Trade Agreement (CFTA) – Article(s) 513 (b) where, the goods or services can be supplied by a particular supplier an no reasonable alternative or substitute goods or services exist for any of the following reasons (ii) the protection of patents, copyrights, or other exclusive rights; and (iii) due to an absence of competition for technical reasons; Canadian Free Trade Agreement with Korea Article XIII, 1.b iii. due to an absence of competition for technical reasons.World Trade Organization Agreement on Government Procurement (WTO-AGP) Article XV (b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.; (d) for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installation, or as the extension of existing supplies, services, or installations where a change of a supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services. 8. Ownership of Intellectual Property DNAStack Corp. owns the Intellectual Property rights and is the sole exclusive seller/distributor of the genomics cloud infrastructure and software platform. 9. Ownership of Intellectual Property Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to generate knowledge and information for public dissemination. 10. Period of the proposed contract or delivery date The period of the proposed contract will be one-year from the date of Contract Award with the options to extend the contract period by four (4) additional one-year periods. Required delivery date and for DNAStack to complete I.T infrastructure insallation with API capabilities for cloud computing via the DND network is March 31 2022. 11. Name and address of the pre-identified supplier DNA Stack Corp. 120 Adelaide St. W Suite 2500 Toronto, ONT. Canada. M5H 1T1 12. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. 13. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is January 4, 2022 @2PM EDT 14. Inquiries and statements of capabilities Inquiries and statements of capabilities are to be directed to: Name: Aaron Abela Title: Supply Specialist Public Works and Government Services Canada Acquisitions Branch Address: 10th Floor, 4900 Yonge Street Toronto, ONT. Canada. M2N 6A6 Telephone: 416-262-6212 E-mail address: aaron.abela@pwgsc-tpsgc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. 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 contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.

Contact information:


Contact name:

Abela, Aaron

Contact email:

aaron.abela@pwgsc-tpsgc.gc.ca

Contact phone:

(416) 262-6212 ( )

Contact address:

Ontario Region 10th Floor, 4900 Yonge Street Toronto Ontario M2N 6A6 Telephone No.: (416) 262-6212 ( ) Facsimile No.: ( ) -

Contact Fax:

( ) -

Solicitation Documents:


File Amendment Number Language Date added