SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Food Services Information Management Syste

Solicitation number 21120-102299/E

Publication date

Closing date and time 2013/03/01 13:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR INFORMATION REGARDING
    FOOD SERVICE INFORMATION MANAGEMENT SYSTEM (FSIMS)
    FOR
    CORRECTIONAL SERVICE OF CANADA (CSC)
    
    TABLE OF CONTENTS
    
    A. 1 Background and Purpose of this Request for Information
    (RFI)	2
    A. 2 Nature of Request for Information	2
    A. 3 Nature and Format of Responses Requested	2
    A. 4 Response Costs	3
    A. 5 Treatment of Responses	3
    A. 6 Contents of this RFI	3
    A. 7 Questions to Industry 	3
    A. 8 Format of Responses	4
    A. 9 Inquiries	4
    A. 10 Submission of Responses	5
    
    
    
    Annex A: Draft Request for Proposal 
    Annex B: Draft Statement of Requirements
    Annex C: Draft Evaluation Criteria
    
    
    
    
    
    REQUEST FOR INFORMATION REGARDING
    FOOD SERVICE INFORMATION MANAGEMENT SYSTEM (FSIMS)
    FOR
    CORRECTIONAL SERVICE OF CANADA (CSC)
    
    Background and Purpose of this Request for Information (RFI)
    Background
    Canada recently issued Solicitations # 21120-102299/C for a
    Technical Services Information Management System (TSIMS) with a
    closing date of October 1, 2012.  No responsive bids were
    received and, as a result, the RFP was been canceled and no
    Contract was awarded.  The Request for Proposal and Statement of
    Requirements documents have been modified through the RFI
    process to reflect feedback from the industry, and Correctional
    Service of Canada would like to solicit feedback from the
    industry on this revised Request for Proposal and Statement of
    Requirements.
    
    Objective
    Canada remains committed to finding a Commercial off the Shelf
    (COTS) software solution that will meet the needs of
    Correctional Service of Canada (CSC).  Canada is reviewing the
    procurement process and its requirements, and intends to
    re-tender in the near future.  As part of the review, Canada
    would like to receive feedback from industry and gain a better
    understanding of potential areas where the attached RFP document
    and Statement of Requirements could be improved in order to put
    industry in a position to bid in the future.
    
    Nature of Request for Information
    This is not a bid solicitation. This RFI will not result in the
    award of any contract. As a result, potential suppliers of any
    goods or services described in this RFI should not reserve stock
    or facilities, nor allocate resources, as a result of any
    information contained in this RFI. Nor will this RFI result in
    the creation of any source list. Therefore, whether or not any
    potential supplier responds to this RFI will not preclude that
    supplier from participating in any future procurement. Also, the
    procurement of any of the goods and services described in this
    RFI will not necessarily follow this RFI. This RFI is simply
    intended to solicit feedback from industry with respect to the
    matters described in this RFI.
    
    Nature and Format of Responses Requested
    Respondents are requested to provide their comments, concerns
    and, where applicable, alternative recommendations regarding how
    the requirements or objectives described in this RFI could be
    satisfied. Respondents are also invited to provide comments
    regarding the content, format and/or organization of any draft
    documents included in this RFI. Respondents should explain any
    assumptions they make in their responses.
    
    Response Costs
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    Treatment of Responses
    Use of Responses: Responses will not be formally evaluated.
    However, the responses received may be used by Canada to develop
    or modify procurement strategies or any draft documents
    contained in this RFI. Canada will review all responses received
    by the RFI closing date. Canada may, in its discretion, review
    responses received after the RFI closing date.
    Review Team: A review team composed of representatives of the
    client (where applicable) and PWGSC will review the responses.
    Canada reserves the right to hire any independent consultant, or
    use any Government resources that it considers necessary to
    review any response. Not all members of the review team will
    necessarily review all responses.
    Confidentiality: Respondents should mark any portions of their
    response that they consider proprietary or confidential. Canada
    will handle the responses in accordance with the Access to
    Information Act.
    Follow-up Activity: Canada may, in its discretion, contact any
    respondents to follow up with additional questions or for
    clarification of any aspect of a response.
    
    Contents of this RFI
    Please note that any re-tender of the requirement described in
    Solicitation # 21120-102299/C will replace the previous version
    entirely.  Any comments with regards to the revised Request for
    Proposal and Statement of Requirements (see attached Annex A &
    Annex B) are welcome.
    This RFI also contains the following specific questions
    addressed to the industry.
    
    Questions to Industry 
    Which, if any, of the Resulting Contract Clauses in Part 7 of
    the draft RFP would prevent you from bidding on this draft RFP?
    Please pay special attention to the clauses in:
    Section 4003
    (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisit
    ion-clauses-and-conditions-manual/4/4003/4); and,
    Section 4004
    (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisit
    ion-clauses-and-conditions-manual/4/4004/4)
    
    The draft RFP specifies that payment for licenses will not be
    made until the software has been accepted by CSC Technical
    services through formal user acceptance testing (please see
    Section 7.8(a)(i) of the Draft RFP and Section 6.10.4 of the
    Statement of Requirements). Would this prevent you from bidding.
    Is there any additional information that would assist you in
    providing pricing for Training Courses in accordance with Table
    6 of Annex B of the draft RFP, entitled "Basis of Payment"?
    Training requirements have been defined in Section 6.4 of the
    SOR.
    
    In reviewing Section 6.6 of the Statement of Requirements,
    entitled "Professional Services Requirements", are there any
    additional Professional Services resource categories that you
    would recommend?  
    
    Are there any mandatory requirements in the SOR you cannot meet?
    If so, which ones?
    
    Are you able to fully substantiate that you meet all of the
    mandatory requirements of the SOR at bid closing? In reviewing
    the substantiation guidance in Section 3.2(d) of the draft RFP,
    are there other forms of substantiation that would be helpful? 
    
    Does your solution meet the bilingualism acceptance criteria
    detailed in Section 6.11.3.1 of the SOR? If not, can you
    customize/configure your solution to meet the bilingualism
    requirements in the six (6) month period specified?
    
    
    Format of Responses
    Cover Page: If the response includes multiple volumes,
    respondents are requested to indicate on the front cover page of
    each volume the title of the response, the solicitation number,
    the volume number and the full legal name of the respondent.
    Title Page: The first page of each volume of the response, after
    the cover page, should be the title page, which should contain:
    the title of the respondent's response and the volume number;
    the name and address of the respondent;
    the name, address and telephone number of the respondent's
    contact;
    the date; and
    the RFI number.
    Numbering System: Respondents are requested to prepare their
    response using a numbering system corresponding to the one in
    this RFI. All references to descriptive material, technical
    manuals and brochures included as part of the response should be
    referenced accordingly.
    Number of Copies: Canada requests that respondents submit one
    soft copy, in PDF format, of their response.
    
    Inquiries
    Because this is not a bid solicitation, Canada will not
    necessarily respond to inquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this RFI may direct their inquiries to:
    Contracting Authority:	Elizabeth Quenville
    E-mail Address:	elizabeth.quenville@pwgsc-tpsgc.gc.ca
    Telephone:	(613) 937-2727
    Facsimile:	(819) 953-3703
    
    Submission of Responses
    Time and Place for Submission of Responses: Respondents should
    send responses electronically to the Contracting Authority's
    e-mail address identified herein by the date specified on the
    front page of the RFI.
    
    Responsibility for Timely Delivery: Each respondent is solely
    responsible for ensuring its response is delivered on time to
    the correct e-mail address.
    
    
    ANNEXES
    
    (see attachments)
    Delivery Date: Above-mentioned
    
    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
    Quenville, Elizabeth
    Phone
    (613) 937-2727 ( )
    Address
    11 Laurier St. / 11, rue Laurier
    4C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Information
    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: