Session Sharing Software

Solicitation number 10046306/A

Publication date

Closing date and time 2016/01/15 13:00 EST

Last amendment date


    Description

    Notice of Proposed Procurement Template

    Session Sharing Software solution

    This bid solicitation is being issued to satisfy the requirement of Shared Services Canada (SSC) to obtain a solution that permits the sharing of sessions across web applications deployed both within a single web container and across multiple containers. Shared Services Canada is seeking a dedicated HTTP session management module which manages http session state for web applications in Oracle WebLogic clustered environments. The primary role for the module is to enable session sharing across web applications. It must support and be tightly integrated with the above mentioned JEE Servers and implemented prior to March 31, 2016.

    The work location for the installation of the proposed tool will be on the premise of the Client located in the National Capital Region (NCR).

    On July 12, 2012, the Government of Canada invoked the National Security Exception under the trade agreements in respect of procurements related to email, networks and data centres for Shared Services Canada. As a result, this requirement is subject to the National Security Exception.

    Canada has an initial requirement for a session sharing software solution and subsequent remedial maintenance and support services for Shared Services Canada. The deliverables must include:

    Software Installation, Implementation & Ready for Use

    Installation and Implementation -Software Components

    1. All material must be delivered to SSC and installed by the SSC Technical Support Staff at the site specified herein and subject to configuration requirements of the software. The Contractor shall provide Technical resources on site to assist in the installation at no additional cost.

    2. The Contractor must supply all software and associated materials required in order to complete installation, such as solution manuals and solution keys.

    3. Implementation will be considered complete once all of the mandatory licensed software components are installed at that site and have passed Verification Testing.

    4. The solution must integrate and support the following developer environment:

    • WebLogic 10.3.6 and above

    • WebLogic JVM (bundled with WebLogic; 32-bit and 64-bit)

    • Windows Operating System (32-bit and 64-bit)

    The solution must allow all developers to run the standalone versions of the solution self-contained within their own desktop. Currently there are approximately 100 Java developers.

    Ready for Use (RFU)

    1. Upon installation and configuration of all of the licensed software, the Contractor must declare, in writing, that the software is Ready for Use.

    2. Written notification is to be provided to the SSC Technical Authority within three (3) working days of implementation at the site.

    3. The RFU certificate must include, at a minimum:

    a) List of licensed Software components installed including quantity and type of licenses, and name or description of each licensed software component;

    b) Licensed software serial numbers (if applicable);

    c) SSC contract number.

    Software Maintenance and Support

    Software Support – General Requirements

    1. The Contractor must act as the prime Contractor and provide a single point of contact for maintenance and support services and problem reporting.

    2. The Contractor shall have qualified technical support, qualified by the vendor/seller to support their software, available for consultation on all software issues.

    3. Support must include toll-free telephone technical hot-line support, 24 hours per day, seven days per week.

    The Contractor must provide the hot-line support telephone numbers to the SSC Technical Authority or designate prior to contract award.

    4. The Contractor must provide the SSC with all updates and revisions to the licensed software solution including at a minimum:

    a) All bug fixes, software patches, and all other enhancements;

    b) All upgrades, updates, major and minor releases and renames;

    c) All extensions and other modifications, including but not limited to drivers, service packs, and service releases;

    d) Updates to solution documentation.

    5. The software must be continuously supported for as long as solution maintenance and support services are covered under this contract.

    6. During the period of the contract, including all contract extensions, support must continue for a minimum of twelve (12) months after the discontinuation of a specific version, release or build.

    7. The Technical Authority Designate must be notified at least six (6) months in advance in writing of any such discontinuation in a specific version, release, or build.

    Software Remedial Maintenance and Support Services

    1. The Contractor shall be solely responsible for diagnosis of software problems that occur in any of the Software components.

    2. On an ongoing basis during the period of the contract and any optional periods thereto, the Contractor shall provide SSC with corrections to errors and malfunctions in the licensed software.

    3. If the SSC finds errors or malfunctions in the licensed software, the SSC will notify the Contractor of the problem using the Contractor's telephone support contact number provided.

    4. Telephone support services must be performed by qualified technical support staff, experienced in troubleshooting problems that may occur in the licensed software.

    5. The Contractor must correct or replace the licensed software and/or provide services necessary to remedy programming errors attributable to the Contractor at no additional cost to SSC.

    Software Upgrades or Fixes

    1. The Bidder in their submission must describe their process for deploying upgrades and new releases to client sites.

    This bid solicitation process may result in the award of a contract for one year: plus one additional one-year irrevocable option allowing Canada to extend the term of the contract as well as the option to increase/decrease the amount of servers and/or sites.

    See Bid Solicitation Document for further details.

    Proposals may be submitted in either official language of Canada.

    The Contracting Authority for the Contract is:

    Name: Michael Stefanski
    Title: Procurement Specialist

    Organization: Shared Services Canada

    Directorate: Data Center and Workplace Technology Devices Procurement Division

    Address: 180 Kent Street, 13th Fl.

    Ottawa, Ontario K1G 4A8

    Telephone: 613-220-7652

    Facsimile: 613-948-0990

    E-mail address: Michael.stefanski@canada.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process
    Contact information

    Contracting organization

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Stefanski, Michael
    Phone
    613-220-7652
    Address
    180 Kent Street
    Ottawa, ON, K1G-4A8

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    FR 0 2015/12/22
    EN 8 2015/12/22
    FR 1 2015/12/11
    EN 11 2015/12/11
    FR 2 2015/11/19
    FR 1 2015/11/19
    FR 3 2015/11/19
    FR 2 2015/11/19
    FR 2 2015/11/19
    FR 4 2015/11/19
    FR 7 2015/11/19
    FR 3 2015/11/19
    FR 5 2015/11/19
    EN 37 2015/11/19
    EN 22 2015/11/19
    EN 10 2015/11/19
    EN 9 2015/11/19
    EN 20 2015/11/19
    EN 8 2015/11/19
    EN 11 2015/11/19
    EN 20 2015/11/19
    EN 8 2015/11/19
    Access the Getting started page for details on how to bid, and more.

    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.