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)
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
- Dubé, Robert
- Phone
- (819) 956-0473 ( )
- Fax
- (819) 953-3703
- Address
-
11 Laurier St. / 11 rue, Laurier
4C1, Place du Portage, Phase IIIGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.