NMSO - COMPUTERS

Solicitation number E60EJ-11000C/H

Publication date

Closing date and time 2012/12/07 13:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada-Peru FTA/Canada-Colombia
    FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NMSO - COMPUTERS - SERVERS
    
    This solicitation is being issued to satisfy the Government of
    Canada's requirement for the supply, delivery, configuration,
    installation, integration and implementation of Computer
    Systems, including System Upgrades, System Components, Other
    Related Items, warranty, maintenance, software support services
    and documentation, all of which is to be provided on an
    "as-and-when-requested" basis to locations throughout Canada,
    excluding any locations in areas subject to any of the
    Comprehensive Land Claims Agreements, when a Call-up is made in
    accordance with any resulting NMSOs. Any resulting standing
    offers may be used by any Government Department, Departmental
    Corporation or Agency, or other body of the Government of Canada
    (including all those described in the Financial Administration
    Act, as amended from time to time) or any other party for which
    the Department of Public Works and Government Services has been
    authorized to act from time to time under section 16 of the
    Department of Public Works and Government Services Act. This
    solicitation does not preclude Canada from using another method
    of supply for entities of the Government of Canada with the same
    or similar needs.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), the Canada-Chile
    Free Trade Agreement (CCFTA), the Canada-Peru Free Trade
    Agreement (CPFTA), the Canada-Columbia Free Trade Agreement, the
    Canada-Panama Free Trade Agreement and the Agreement on Internal
    Trade (AIT). 
    
    The series of resulting NMSOs, as a whole, will have no expiry
    date (unless PWGSC determines, in its sole discretion, to set
    aside this procurement vehicle). As demand for new computer
    technologies develops, new Categories will be competed on the
    GETS, allowing new suppliers to qualify or existing suppliers to
    add Categories to their Standing Offer. Each individual Category
    will be valid for a period of two years, plus two optional
    one-year extension periods from the date it is originally
    awarded. Each time a Category is subsequently awarded after
    publishing a new competition on the GETS, this two-year period
    plus the two one-year extension periods will begin running
    again. As a result, different Categories may be subject to
    different end dates. At the time individual Categories are
    recompeted, or new Categories are added, suppliers who already
    hold NMSOs may be exempted from providing certain information
    that they have previously provided in order to obtain their
    existing NMSO (for example, if the experience requirements
    remain unchanged, existing Offerors may not be required to
    re-demonstrate that they have the necessary experience). 
    
    This RFSO includes the following Group and Categories of
    equipment:   
    	
    Category 1.0S Rack-Optimized 2-Socket 1 U;
    Category 2.0S Rack-Optimized Socket 2-Socket 2U;
    Category 2.1S Rack-Optimized Enterprise 2-Socket 2U;
    Category 3.0S Rack-Optimized Pedestal-to-Rack Convertible
    Departmental 2-Socket 5U;
    Category 4.0S Rack-Mount Departmental 4-Socket 4U;
    Category 1.0B Blade Chassis / Enclosure;
    Category 2.0B 2-Socket Blade;
    Category 2.1B 2-Socket Blade Enterprise;
    Category 3.0B 4-Socket Blade;
    Category 3.1B 4-Socket Enterprise Blade;
    
    All potential suppliers capable of meeting the requirements of
    this RFSO are invited to make offers. Suppliers are not required
    to be the Manufacturer of any Products to submit an offer,
    although the Manufacturer must certify non-manufacturer
    suppliers. The Annex entitled "Technical Specifications"
    describes the detailed technical specifications for all
    Categories.
    
    All offers must consist of a technical offer and a financial
    offer. The detailed requirements for these offers are contained
    in Annexes entitled "Technical Offer" and "Financial Offer" and
    include mandatory requirements. Offerors are limited to a
    maximum of two (2) Systems per Category (the first System listed
    in the Category will be titled System A, the second System
    listed in the same Category will be titled System B); also, the
    same System will not be included in one Category more than once;
    furthermore, no more than two (2) Systems from any given
    Manufacturer will be included in one Category.
    
    The basis of selection is described in detail in the Annex
    entitled "Basis of Selection" and consists of four phases:
    Confirmation of Compliance to Mandatory Requirements, Evaluation
    of Financial Offer, Benchmark Testing and Offeror Selection.
    Only offers that satisfy all the mandatory requirements and pass
    the financial evaluation will be considered.
    
    For each Category, Canada anticipates qualifying up to eight (8)
    Systems that meet the requirements of this RFSO.  If fewer
    Systems are qualified in a given Category than Canada considers
    advantageous, Canada reserves the right, in its sole discretion,
    to issue a further RFSO in order to identify additional offers
    eligible for standing offer issuance.
    
    Offers will be evaluated on a "Category" basis. Therefore, if an
    Offeror wishes to submit an offer in only one specific Category,
    then it has the opportunity to do so. It is not mandatory to
    make an offer or be selected in all Categories to be issued a
    Standing Offer.  
    
    During the Standing Offer Period for a given Category, as
    technology evolves, Offerors will have the opportunity to
    propose substitute Products that offer equal or better value to
    Canada. Periodically, all Offerors will also have the
    opportunity to refresh their prices.
    
    After any resulting Standing Offers have been issued, all
    Offerors will be notified in writing regarding the outcome of
    this solicitation. 
    
    SCHEDULE  
    
    Deadline for first set of questions, Q1 (by noon EST): October
    4, 2012	
    Release of answers to Q1 (estimated): November 2, 2012	
    Deadline for second set of questions, Q2 (by noon EST): November
    16, 2012
    Release of answers to Q2 (estimated): November 30, 2012
    RFSO closing date: December 7, 2012
    Systems delivered for Benchmark testing:  December 12-14, 2:00PM
    NMSO award (estimated): January, 2013
    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)
    • 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
    Lipski, Sarah
    Phone
    (819) 956-4013 ( )
    Fax
    (819) 956-1156
    Address
    Computer Hardware Division
    Div. de l'équipement informatique
    Place du Portage, Phase III, 4C2
    11 Laurier Street/11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)

    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: