HARDWARE/SOFTWARE MAINTENANCE

Solicitation number W8474-126017/A

Publication date

Closing date and time 2012/04/19 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    IBM Canada Ltd.
    340 Albert Street
    16th Floor, Suite 1610
    Ottawa Ontario
    Canada
    K1R7Y6
    Nature of Requirements: 
    PLEASE NOTE as of April 12, 2012,  the equipment list is
    available upon request in PDF format. 
    
    
    
    HARDWARE/SOFTWARE MAINTENANCE
    
    W8474-126017/A
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities.  If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    
    Definition of requirement
    The Department of National Defence (DND) has a requirement for
    maintenance and support on an extensive infrastructure of
    hardware and system software, comprised of servers, storage,
    telecommunications interfaces to the Departmental Wide Area
    Network (WAN), and ancillary equipment.  This equipment hosts
    many National Level application systems, many of which are
    situated in the Defence Enterprise Server Centres (DESC) located
    in Data Centre Borden (DCB) at Canadian Forces Base (CFB)
    Borden, Data Centre Ottawa (DCO) at Tunney's Pasture and other
    core buildings in the National Capital Region. 
    
    This entire infrastructure is comprised of multiple mainframe
    processors; many dozens of UNIX servers; hundreds of discrete as
    well as virtualized Intel/Microsoft Windows-based servers;
    several discrete on-line disk storage sub-systems using
    native-disk, RAID, and SAN technologies; several discrete
    robotic tape libraries; and a state-of-the-art network
    interfacing environment for both back-end server-to-storage
    interconnection and front-end server-to-WAN interconnection. The
    National Level application systems use a variety of different
    server operating systems, and require a high-availability
    infrastructure in terms of both hardware and system-software
    that approaches a continuous twenty-four hour/seven day a week
    (24/7) degree of service. Accordingly, the associated hardware
    and software maintenance must be available and responsive to
    urgent restoration of service on a 24/7 basis with on-site
    response and most parts available within two hours of a call
    being placed. Consequently, certain components of these
    application systems requiring 99.99% availability, 24/7, 365
    days a year. Other components have been designated as requiring
    a reduced level of availability. 
    
    As there is extensive interaction amongst virtually all of the
    Subsystems, the Contractor must be capable of working within a
    multi-vendor environment in which even the maintenance for
    different instances of the same equipment may sometimes be
    covered by a number of separate maintenance/warranty agreements.
    In these cases, the Contractor must be capable of assuming prime
    responsibility for repair and maintenance for both hardware and
    software environments. The Contractor shall be capable of
    providing help desk facilities to support and report on all
    vendor equipment and software. Monthly reports will be required
    detailing all calls placed and actions taken, for all vendor
    hardware and software components.
    
    The Contractor must, at all times during the performance of the
    Contract, hold a valid Facility Security Clearance at the level
    of SECRET, issued by the Canadian and International Industrial
    Security Directorate (CIISD), Public Works and Government
    Services Canada (PWGSC).  The Contractor personnel requiring
    access to PROTECTED/CLASSIFIED information, assets or sensitive
    work site(s) must be a citizen of Canada and EACH hold a valid
    personnel security screening at the level of SECRET, granted or
    approved by CIISD/PWGSC.
    
    It is proposed to issue a Contract to IBM Canada Limited of
    Ottawa, Ontario, as it is the only proprietary sole source
    provider,  with the technical expertise to provide the required
    maintenance and support for the systems to be covered under this
    agreement.  The maintenance and support of DND entire hardware
    stack and associated software and specific to the hardware
    microcode, for example mainframe microcode.
    
    The deliverables include:
    
    - Help desk facilities;
    - Preventive and remedial maintenance;
    - System management;
    - System engineering; and 
    - Related Information Technology (IT) services on an "as and
    when requested" basis.
    
    Criteria for assessment of the Statement of Capabilities
    
    Minimum Essential Requirements
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product/equipment/system (as
    appropriate) meets the following requirements:
    (Summarize the essential functional characteristics or, if
    necessary to properly define the goods, the physical or design
    characteristics, and describe any requirements for
    interchangeability with existing systems or equipment. Also
    include to the extent possible performance or output criteria.
    If applicable, refer to recognized Canadian or international
    standards, specifications, and/or regulations).
    
    The requirement is subject to the Agreement on Internal Trade
    (AIT); the North American Free Trade Agreement (NAFTA); and the
    World Trade Organization - Agreement of Government procurement
    (WTO-AGP). It is not subject to the provisions of the
    Comprehensive Land Claims Agreements (CLCAs) because the
    services will not be provided in any of the settlement areas.
    
    In accordance with Article 6, paragraph (d) of the GCRs, a
    contract may be entered into without soliciting bids where only
    one person or firm is capable of performing the contract.  As
    per Article XV, paragraph (a) of WTO-AGP, limited tendering
    provisions apply "in the absence of tenders in response to an
    open or selective tender, or when the tenders submitted have
    been collusive, or not in conformity with the essential
    requirements in the tender, or from suppliers who do not comply
    with the conditions for participation provided for in accordance
    with this Agreement, on condition, however, that the
    requirements of the initial tender are not substantially
    modified in the contract as awarded".  Similar provisions for
    limited tendering exist under NAFTA Article 1016, paragraph 2(a)
    and AIT Article 506, paragraph 11(f).
    
    The proposed contract is for a period of two years, from May 1,
    2012 to April 30, 2014 with three one-year option periods.
    
    Name and address of the pre-identified supplier:
    Name:       IBM Canada Ltd.
    Address:   340 Albert Street
    	     16th Floor, Suite 1610
    	     Ottawa, Ontario  K1R 7Y6
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN, 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.
    
    Inquiries and statements of capabilities are to be directed to:
    
    Eleanor Cesare
    Supply Officer
    Services and Technology Acquisition Management Sector
    11 Laurier Street, Place du Portage, Phase III
    4C2, Gatineau, Quebec  KlA 0S5
    Tel. (819) 956-1103
    Fax. (819) 956-5078
    E-Mail:  eleanor.cesare@tpsgc-pwgsc.gc.ca
    
    
    
    
    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
    Cesare, Eleanor
    Phone
    (819) 956-1103 ( )
    Fax
    (819) 956-5078
    Address
    11 Laurier St. / 11, rue Laurier
    4C2, Place du Portage
    Gatineau, Québec, 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)
    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: