Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

ISOMORPHIC SOFTWARE & SUPPORT

Solicitation number W8484-158378/A

Publication date

Closing date and time 2015/05/04 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    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: 
    Softchoice Corporation
    201-116 Albert St.
    Ottawa Ontario
    Canada
    K1P5G3
    Nature of Requirements: 
    Web Based Business Application Software
    W8484-158378
    Lessard, Peter
    Telephone No. - (819) 956-5846
    Fax No. - (819) 953-3703
    
    REQUIREMENT:
    
    The Department of National Defence 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 Softchoice Corp., the authorized reseller for
    Isomorphic Software, the OEM vendor for Smart GWT software.
    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 meet 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:
    
    Department of National Defence is seeking to procure Smart GWT
    software to provide an end to end web-based business application.
    
    Public Works and Government Services Canada, on behalf of its
    Client, Department of National Defence, intends to enter into a
    sole source contract with SHI, the authorized reseller for the
    purpose of procurement of the following:
    
    Initial Requirement
    
    5 - Smart GWT Power Edition for 1 Developer
    5 - Smart GWT Real-Time Messaging Module for 1 Developer
    5 - Smart GWT Analytics Module for 1 Developer
    1 - Smart GWT Basic Support for 1 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.
    
    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.
    
    PERIOD OF CONTRACT
    
    The proposed contract is for the purchase of Isomorphic software
    licenses and associated maintenance and support services for a
    period of one (1) year from date of Contract Award.  
    
    The solution will be delivered within 10 days of any resulting
    contract.
    
    
    ANNEX A
    
    The reasons for sole source procurement of the required security
    software are listed below. The Department of National Defence
    requires the solution to be compliant with the following
    functionalities:
    
    ESSENTIAL SOFTWARE REQUIREMENTS:
    
    M1	The software proposed to meet this requirement must be
    "off-the-shelf", meaning that each component of software is
    commercially available and requires no further research and
    development and is part of an existing product line with a
    field-proven operational history (that is, it has not simply
    been tested in a laboratory or experimental environment).
    
    M2	The WIDGET GUI Framework software solution must natively
    operate in a Microsoft Windows environment (Windows Server
    MS2008 R1).
    
    M3	The WIDGET GUI Framework software solution must operate with
    Firefox 27 and Internet Explorer 11 web browsers.
    
    M4	The WIDGET GUI Framework software solution must provide both
    client side and server side capabilities.
    
    M5	The WIDGET GUI Framework software solution must support
    JavaScript to support development of custom components. 
    
    M6	The WIDGET GUI Framework software solution must have the
    functionality to natively import and export data using Microsoft
    Excel files.
    
    Usability
    M7	The WIDGET GUI Framework software solution must support
    inter-WIDGET communications.
    
    M8	The WIDGET GUI Framework software solution must have a suite
    of testing and monitoring capabilities.
    
    M9	The WIDGET GUI Framework software solution must have an
    installation process which does not require training.
    
    M10	The WIDGET GUI Framework software solution must have a set
    of documentation which has detailed examples to support
    development.
    
    M11	The WIDGET GUI Framework software solution must function
    within the Ozone Widget Framework (OWF) version 7.0.1.
    
    M12	The WIDGET GUI Framework software solution must have basic
    User Interface components.
    
    M13	The WIDGET GUI Framework software solution must have and
    support a REST interface.
    
    M14	The WIDGET GUI Framework software solution must support a
    Web Service Definition Language/Extensible Markup Language
    (WSDL/XML) schema.
    
    M15	The WIDGET GUI Framework software solution must have an
    advanced filtering capability.
    
    M16	The WIDGET GUI Framework software solution must have an
    automated User Interface generation capability.
    
    M17	The WIDGET GUI Framework software solution must have the
    capability to handle events.
    
    M18	The WIDGET GUI Framework software solution must have the
    capability to define and create events.
    
    Extensibility
    
    M19	The WIDGET GUI Framework software solution must support
    JavaScript based implementation of GUI components.
    
    M20	The WIDGET GUI Framework software solution must have a data
    binding capability.
    
    M21	The WIDGET GUI Framework software solution must have a
    pluggable data model capability.
    
    Integration
    M22	The WIDGET GUI Framework software solution must have a
    design time environment which is suited for configuration
    management of its work products by a source control tool such as
    git or subversion.
    
    M23	The WIDGET GUI Framework software solution must have a
    design time environment which is fully functional without
    internet access.
    
    M24	The WIDGET GUI Framework software solution must have a run
    time environment which is fully functional without internet
    access.
    
    Debugging and Testing
    
    M25	The WIDGET GUI Framework software solution must have a
    testing and debugging capability.
    
    M26	The WIDGET GUI Framework software solution must support
    automated testing.
    
    
    
    CLOSING DATE AND TIME FOR WRITTEN SUPPLIER RESPONSES CHALLENGING
    THIS REQUIREMENT IS 2:00 p.m. EST, May 4, 2015.
    
    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 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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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)
    Procurement method
    Non-Competitive
    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: