SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

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)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lessard, Peter
    Phone
    (819) 956-5846 ( )
    Fax
    (819) 953-3703
    Address
    11 Laurier St. / 11 rue, Laurier
    4C1, Place du Portage, Phase III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: