ESRI ArcGIS Software
Solicitation number W8484-137769/A
Publication date
Closing date and time 2013/02/25 14:00 EST
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: ESRI Canada Ltd. 1600 Carling Avenue Suite # 710 Ottawa Ontario Canada K1Z1G3 Nature of Requirements: ESRI ArcGIS Software W8484-137769 Lessard, Peter Telephone No. - (819) 956-5846 Fax No. - (819) 953-3703 Notice of Contract Award Notice (ACAN) REQUIREMENT: The Department of National Defence (DND) has a requirement for the provision of goods as specified under "Background" below. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these goods to ESRI Canada of Ottawa, Ontario. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that proves that they meet all of the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract. If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier. BACKGROUND: Securing an Open Society, Canada's National Security Policy 2004, introduced the need for the Marine Security Operations Centres to meet both marine and national security challenges of the 21st century. The function of the Marine Security Operations Centres is to enable departments and agencies to work collaboratively to collect and analyze intelligence and other information in an effort to develop a solid awareness in their area of responsibility with regard to marine security. The interdepartmental Coastal Marine Security Operations Centres Project Office, led by the Department of National Defence, has been mandated to provide the envisioned Marine Security Operations Centres with the personnel, technology, and physical infrastructure capability that they require to carry out their primary mission in a more efficient and effective manner. To promote collaboration and sharing of information between personnel from the five core partner agencies/departments at Coastal Marine Security Operations Centres, a collaboration portal based on Microsoft SharePoint has been implemented. A key component of the collaboration portal is the National Maritime Picture, which will be based on geographic information system (GIS) technology. The National Maritime Picture must display real-time and historical vessel positional data, in addition to other reference and operational data layers from the five core partner/agencies/ departments; provide situational awareness and geospatial analytical web service capabilities; and integrate seamlessly with the collaboration portal through a SharePoint web part. Given these requirements, the Department of National Defence intends to acquire an ESRI GIS software suite of products. Public Works and Government Services Canada, on behalf of its Client, the Department of National Defence, intends to enter into a sole source contract with ESRI Canada for the purpose of procurement of the following: Initial Requirement 1. 3 - ESRI Developer Network (EDN) Standard with ArcGIS for Desktop Advanced Single Use Term License Bundle 2. 3 - ArcGIS for Desktop Advanced (formerly ArcInfo) Concurrent Use License 10.1 3. 4 - ArcGIS for Server Enterprise Advanced (Windows) Up to Four Cores Staging Server License 10.1 4. 2 - ArcGIS for Server Enterprise Advanced (Windows) Up to Four Cores License 10.1 5. Maintenance and support for all of the above for one additional year. Optional Requirements (for Classified Infrastructure) 1. 1 - ESRI Developer Network (EDN) Standard with ArcGIS for Desktop Advanced Single Use Term License Bundle 2. 2 - ArcGIS for Server Enterprise Advanced (Windows) Up to Four Cores Staging Server License 10.1 3. 2 - ArcGIS for Server Enterprise Advanced (Windows) Up to Four Cores License 10.1 4. Maintenance and support for all of the above for two additional year. MINIMUM ESSENTIAL REQUIREMENTS Any interested supplier must demonstrate by way of a statement of capabilities that it meets all of the mandatory requirements at Annex A JUSTIFICATION FOR THE PRE-SELECTED SUPPLIER The reasons for single tendering are described at Annex A. Section 6 of the Government Contract Regulations is being invoked in this procurement as only one person or firm is capable of performing the contract. Articles 506.12(a) and 506.12(b) of AIT are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative, and when there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists, respectively. Articles 1016.2(b) and 1016.2(d) of NAFTA are applicable on the basis of limited tendering due to reasons where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists, for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of inter changeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter, respectively. PERIOD OF CONTRACT The proposed contract is for the purchase of an ESRI ArcGIS suite of products, including associated maintenance and support services for a period of one (1) year from date of Contract Award plus two (2) option years. The solution will be delivered within 10 days of any resulting contract. ANNEX A The reasons for sole source justification for the required ESRI GIS software are detailed below. The Department of National Defence (DND) requires the solution to be compliant with the following functionalities: 1. The GIS software solution must be commercial-off-the-shelf (COTS) software and not open source. 2. The GIS software solution must offer, out-of-the-box, a map web part for GIS integration with Microsoft SharePoint. 3. The GIS software solution must offer, out-of-the-box, a Microsoft Silverlight application programming interface (API) for custom front end development in SharePoint using Silverlight 4 and 5. 4. The GIS software solution must allow developers to author and publish custom geo-processing web services using the REpresentational State Transfer (REST) web service design model to support the implementation of situational awareness geospatial analytical web service capabilities. 5. The GIS software solution must be capable of receiving, storing, adding, modifying, archiving and transferring meta-data associated with entities, including vessels, facilities, areas, aircraft, people, organizations, etc. 6. The GIS software solution must be able to perform filtering, searching, track generation and alerting based on attributes of the data or spatial positions (i.e., geo-fencing) of entities manually and automatically. 7. The GIS software solution must support geodatabase versioning, replication, and archiving. 8. The GIS software solution must secure map and geoprocessing web services using tokens and must be compatible with SharePoint security models (e.g., Active Directory) since authentication and authorization functions are handled by SharePoint and the security of GIS data and web services will be driven by these models. 9. The GIS software solution must be able to publish and host map services, and support changing layer rendering (i.e., symbology), layer order, or add layers on-the-fly for these map services based on users' assigned roles. 10. The GIS software solution must be compatible with principles of service oriented architectures (SOA) and provide capabilities to integrate information and services that are maintained on distributed networks through the use of web services. 11. The GIS software solution must not only support geospatial data, but temporal data as well, and be able to display these data in two- and three-dimensions. 12. The GIS software solution must be scalable within a technical architecture based on multiple virtual machines, and have a proven history of successful deployments on the Defence Wide Area Network (DWAN) and Consolidated Secret Network Infrastructure (CSNI) networks. 13. The GIS software solution must be capable of being hosted internally behind DND firewalls for use in a Secret environment where Interest access is not permitted. 14. The GIS software solution must offer a network-attached storage device that contains multiple base maps of interest to the maritime community (e.g., ocean basemap and world imagery) for use in a Secret environment where Internet access is not permitted. 15. The GIS software solution must support and be fully compatible with the Microsoft stack. This includes being hosted on Windows Server 2008, being fully integrated with Active Directory for user authentication and access control, being fully supportive of Microsoft's ".Net" technology, and being fully compatible with Internet Explorer 7, which is the default browser for DND. CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING THIS REQUIREMENT IS 2:00 p.m. EST, 25 February 2013. You are hereby notified that the Government intends to solicit a bid and negotiate with one firm only as identified above. If you wish to submit a written response showing that you are capable of meeting this requirement, it must be done not later than the specified closing date and time. The file number, 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. As it is intended to proceed in a timely manner, responses received after the closing date will not be considered. Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, drawings, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement. Suppliers that have submitted a response will be notified in writing of PWGSC's decision to continue with the non-competitive procurement or to compete the requirement. 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.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lessard, Peter
- Phone
- (819) 956-5846 ( )
- Fax
- (819) 953-3703
- Address
-
11 Laurier St. / 11 rue, Laurier
4C1, Place du Portage, Phase IIIGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.