LRDG LANGUAGE TRAINING SOFTWARE

Solicitation number 21120-129397/A

Publication date

Closing date and time 2012/08/29 14:00 EDT


    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: 
    Language Research Development Group
    1407 Saint Alexandre St.,
    Montreal Quebec
    Canada
    H3A2G3
    Nature of Requirements: 
    File No.: 21120-129397/A
    Contracting Authority: Dubé, Robert
    Telephone No. - (819) 956-0473
    Fax No. - (819) 953-3703
    E-mail: robert.dube@tpsgc-pwgsc.gc.ca
    
    
    
    ACAN for
    Language Research Development Group Inc. (LRDG) language
    training software.
    
    
    REQUIREMENT:
    
    The Department of Public Works and Government Services Canada
    (PWGSC), on behalf of Correctional Service Canada (CSC), intends
    to enter into a sole source contract with Language Research
    Development Group Inc. (LRDG), Montreal, Québec, for the
    purchase of  Licenses for a second-language training software
    products "For the Love of English" and "Pour l'amour du
    français". The language training software, which is proprietary
    to LRDG, is the only known Commercial off-the shelf (COTS)
    solution that satisfies the requirement described below.
    
    Correctional Service Canada (CSC)  requires a fully interactive
    self-study modular, CD-ROM and DVD-ROM based French as a Second
    Language (FSL) and English as a Second Language (ESL) training
    solution which includes audio/video segments, self scoring
    tests, exercises, and reference manuals.
    
    Only the proposed Contractor meets all of the following
    Mandatory Requirements:
    
    1. The solution must deliver, enable and support evaluation and
    training standards, which are in accordance with Government of
    Canada, Treasury Board of Canada Secretariat Qualification
    Standards in relation to Official Languages:
    http://www.tbs-sct.gc.ca/gui/squn03-eng.asp#section3.
    
    2. The solution must facilitate the learning of employees in an
    interactive environment and must include evaluation and training
    sessions by computer.
    
    3. The solution must deliver, enable and support French as a
    Second Language (FSL) and English as a Second Language (ESL)
    training by allowing the users to enhance, increase and improve
    their language levels skills in accordance with Government of
    Canada Qualifications Standards. 
    
    4. The solution must provide a fully interactive self-study
    modular, CD-ROM and DVD-ROM based Canadian-French and
    Canadian-English language training program and must deliver,
    enable and support the functionality for users to access the
    training from home, a laptop and work desktop without the
    requirement to connect to any outside server.
    
    5. The solution must provide, for DVD format, unique passwords
    in order to allow CSC to monitor usage. The passwords must have
    the following characteristics:
    
    a) Randomly generated and unique to each CSC employee
    b) Capability to send unique codes via e-mail
    c) Permit the employee access to specific modules
    d) Provide CSC reports of usage
    
    6. The solution must deliver, enable and support the
    functionality to evaluate the user's language proficiency and
    start the training at the appropriate level based on the
    Government of Canada Qualification Standards 
    
    7. The solution must deliver, enable and support telephone
    assistance from a Qualified Instructor possessing a valid degree
    in Education and experience, in accordance to a schedule to
    accommodate students, across Canada. Costs of telephone calls
    must be borne by the Contractor.
    
    8. The solution must deliver, enable and support in a secure
    environment the following and automated reporting functionality
    by individual student:
    
    a) Complete individual learning profile
    b) On-line access by the student to his profile
    c) On-line access by administrators, with varying access rights,
    to groupings of students by     department, region or nationally
    d) Ability for the client to download reports electronically
    e) Complete billing justification and audit 
    f) The Contractor must make available at his expense an on-line
    student registration system with appropriate security. It must
    also allow CSC management to review and authorize activity with
    students.
    
    9. The solution must provide, and ensure full follow up and
    audit capability of individual billing for training sessions.
    
    10.  The Contractor must provide an online tracking system or a
    Learning Management System (LMS) for the Client to monitor the
    number of modules acquired, their student learning profile and
    employee records such as Preliminary Evaluation Reports, End of
    Session Reports, End of Module Reports, etc.
    
    11. Online self placement tests must be available through the
    Contractor's website and through a portal site for learners
    using the program from home.
    
    12. The Contractor must provide one (1) copy of the technical,
    installation and operations manuals for the Licensed Software.
    Updates, revisions and new manuals applicable to components of
    the Licensed Software must be provided at no additional charge
    within ten (10) calendar days of availability, throughout the
    duration of any Maintenance and Support Services' period.
    
    13. The Contractor's website shall provide support in English
    and French and shall be available to the Client 24 hours a day,
    7 days a week.
    
    The conditions of the developer's shrink-wrap license are not
    acceptable to the Crown. This software is proprietary, and the
    proposed Contractor must have the authority to negotiate the
    terms and conditions of the contract and the related software
    licensing terms including, but not limited to; limitation of
    liability, indemnification, transferability of license,
    termination/refund to the Crown.
    
    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.
    
    Annex 4.4 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 where 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.
    
    Articles XV (b) and XV (d) of WTO-AGP are applicable on the
    basis of governing open and selective tendering procedures need
    not apply in the following conditions, provided that limited
    tendering is not used with a view to avoiding maximum possible
    competition or in a manner which would constitute a means of
    discrimination among suppliers of other Parties or protection to
    domestic producers or suppliers: 
    
    (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
    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 interchangeability with already existing
    equipment or services.
    
    PERIOD OF CONTRACT
    
    The Contractor must deliver the Licensed Software, the
    documentation and all required methodologies within ten (10)
    working days after the date of contract award. The Contract will
    be for a period of 1 year.
    
    Delivery Date: Above-mentioned
    
    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.
    
    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. 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
    will not to be construed as a proposal. 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 whether to continue with the
    aforementioned procurement or to compete the requirement.
    
    You are hereby notified that the government intends to solicit a
    bid and negotiate with one firm only as identified above. Should
    you have any questions concerning this requirement, contact the
    contracting officer identified above. 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.
    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
    Dubé, Robert
    Phone
    (819) 956-0473 ( )
    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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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: