SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

MDA ENTERPRISE LICENSE

Solicitation number W8474-13AT50/A

Publication date

Closing date and time 2013/03/25 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    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: 
    GL Systems Canada
    350 Sparks St
    Suite 1208
    Ottawa Ontario
    Canada
    K1R7S8
    Nature of Requirements: 
    The Department of National Defence (DND), as part of the Coastal
    Marine Security Operations Centers (MSOCs), has a requirement
    for the provision for a solution that displays real-time and
    historical vessel data, in addition to other reference and
    operational data layers from the five core departments, to allow
    the identification and reporting of maritime activities that
    represent a potential thtreat to the sovereignty, security and
    safety of Canada.  
    
    The MSOCs are comprised of federal government departments and
    agencies responsible for marine security, asset support or
    maritime expertise, including the Department of National
    Defence, Royal Canadian Mounted Police, Department of Fisheries
    and Oceans-Canadian Coast Guard, Canada Border Services Agency,
    and Transport Canada.
    
    The purpose of this Advance Contract Award Notice (ACAN) is to
    signal the government's intention to award a contract for these
    goods to GL Systems Canada of Ottawa, ON. Before awarding a
    contract, however, the government provides other suppliers with
    the opportunity to demonstrate that they are capable of
    satisfying the requirements set out in this Notice, by
    submitting a statement of capabilities during the fifteen
    calendar day posting period.
    
    If other potential suppliers submit statements of capabilities
    during the fifteen calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed to
    a full tendering process on either the government's electronic
    tendering service or through traditional means, in order to
    award the contract.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-selected
    supplier.
    
    Background
    
    Securing an open society, Canada's National Security Policy
    2004, introduced the need for the Marine Security Operations
    Centres (MSOC) to meet both marine and national security
    challenges of the 21st century.  The function of MSOC is to
    enable departments and agencies to work collaboratively to
    collect and analyze intelligence and other information in an
    effort to deleop solid awareness in their area of responsibility
    with regard to marine security, and to support a national
    response to perceived and real marine security threat to the
    country.
    
    The interdepartmental MSOC project office, led by DND, has been
    mandated to provide MSOC with the personnel, technology and
    physical infrastructure capability they require to carry out
    their primary mission in a more efficient and effective manner.
    
    Requirement
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of its Client, DND, intends to enter into a sole source contract
    with GL Systems Canada of Ottawa, ON, Canada, for the supply of
    access to MDA Enterprise solution. 
    
    Deliverables
    
    1) 1 MDA Enterprise Software Version 6.0 - Single Agency
    2) 1 MDA Enterprise '150 Named User Pack' - Single Agency
    3) 1 MDA Satellite AIS (S-AIS) Module
    4) 1 MDA Maritime Security and Safety Information System (MSSIS)
    5) 1 MDA Enterprise Software Maintenance - Single Agency
    6) 1 MDA Enterprise '150 Named User Pack' Maintenance - Single
    Agency  
    
    
    Optional Requirement:
    
    The contract will also include irrevocable options to exercise,
    at the sole discretion of the Crown, three (3) additional
    periods of one (1) year each to renew the user and maintenance
    subscription.
    
    Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that its product meets the following essential
    requirements:
    
    The Information Product must provide online access to market
    information and must comply with the following:
    
    1.	The solution must be commercial-off-the-shelf (COTS) software
    and not open source;
    2.	The solution must be capable of fusing vessel characteristics
    from the International Maritime Organization (IMO) registry, the
    IHS Fairplay feed and both terrestrial and satellite-based
    Automatic Identification System (AIS) positional information;
    3.	The solution must be capable of visualizing this fused
    information via ESRIs ArcGIS geospatial information system; 
    4.	The solution must provide the ability to create, update,
    display and store user specific views of this data;
    5.	The solution must provide the ability to store unique
    preferences and permissions for each user including data access
    and personalized data views and queries;
    6.	The solution must provide the ability to create, update,
    display and store vessel of interest watch-lists and user
    specific lookouts with emails notification identifying vessels
    destined for Canadian ports and facilities on a daily basis;
    7.   The solution must provide the ability to filter and
    identify vessels by all of the following fields, exportable to
    Comma-Separated Values (CSV) format:
    a.	Vessel name 
    b.	Name Change History
    c.	International Maritime Organization (IMO) Number
    d.	Maritime Identification Numbers  
    e.	Flag
    f.	Flag History
    g.	Call sign
    h.	Maritime Mobile Service Identity (MMSI)
    i.	Port of Registry
    j.	Flag Change History
    k.	Vessel type
    l.	Vessel Status (Live/Dead)
    m.	Registered Operator (with company contact info - address,
    email, and phone number)
    n.	Registered Owner (with company contact info - address, email,
    and phone number)
    o.	Registered Technical Manager (with company contact info -
    address, email, and phone number)
    p.	Registered Beneficial Owner (with company contact info -
    address, email, and phone number)
    q.	Ownership History
    r.	Gross Tonnage
    s.	Net Tonnage
    t.	Deadweight tonnage 
    u.	Date of Construction
    v.	Construction Details (Yard, built by, launch)
    w.	IMO Company Number 
    x.	IMO Document of Compliance Number (DOC)
    y.	Dimensions - (Length, breadth, depth / draught
    z.	Classification Societies
    aa.	Hull Info
    bb.	Inmarsat Numbers with details
    8.	The solution must provide real-time and historical vessel
    movement and vessel positional data including:
    a.	Latitude / Longitude of all stoppages on land and at sea  
    b.	Time and dates of all stoppages on land and at sea 
    c.	Movement history details back to vessel launch (when
    possible) 
    d.	Current position
    e.	Current Course 
    f.	Current Speed 
    g.	Estimated time of arrival (ETA) at next port
    h.	General cargo information
    9.	The solution must provide the ability to access current
    global commercial port and marine facility information including
    location, physical layout (length of jetties/piers, depth
    alongside, etc) services, capabilities, owner/operator
    information and historical information on at least 150,000
    shipping companies.
    10.	The solution must provide access to additional commercial
    vessel data including:
    a)	Inspection records, 
    b)	Casualty information/details,
    c)	Vessel technical specifications/details, 
    d)	History since construction of: 
    i.	Vessel name
    ii.	Flag/Country of registry
    iii.	Vessel type
    iv.	Registered owner
    v.	Name of operator 
    vi.	Casualties 
    vii.	Crew data
    viii.	Vessel credit information
    		
    		11.	The solution must provide the ability for users to create
    and use Risk 					Assessment Models (RAM) based on Risk
    Categories, Inerest Factor, Rules, 				Watch Lists, etc; 
    
    		12. 	The solution must provide the ability to generate
    geo-alerts, via e-mail 					notification or other means, when a
    vessel of interest crosses a user-defined 				geographical
    boundary or satisfies some other user-defined RAM condition;
    
    		13.	The solution must provide the ability to assess vessels
    using an integrated risk 				analysis module which provides
    users with the ability to rate and risk-score 				vessels;
    
    		14.	The solution must provide the ability to configure rules
    and scoring, as well as 				additional risk analysis rules;
    
    		15.	The solution must be capable of being hosted internally
    behind DND firewalls;
    
    		16.	The solution must support and be fully compatible with the
    Microsoft stack.  This 			includes being hosted on Windows
    Server 2008 and being capable of being 				integrated with the
    rest of the MSOC Portal solution by menas of Microsoft's
    				".Net" technology.
    
    		
    
    This information product is the only known information product
    that can meet all of the above mandatory requirements.  GL
    Systems Canada is the publisher of the required information
    product and is the only vendor that can satisfy the requirement
    for the reason of exclusive and proprietary rights.  
    
    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 502.3(E)(1)(c) of AIT is applicable on the basis of
    limited tendering due to reasons when, contracts with the only
    supplier able to meet the bid requirements, including contracts
    to ensure compatibility with existing products, to recognize
    exclusive rights, such as exclusive licences, copyright and
    patent rights, or to maintain specialized products that must be
    maintained by the manufacturer or its representative.
    
    The conditions of the developer's shrink-wrap license are not
    acceptable to the Crown.  The information product is
    proprietary, and the proposed Contractor must have the authority
    to negotiate the terms and conditions of the contract and the
    related information product licensing terms including, but not
    limited to; limitation of liability, indemnification,
    transferability of license, termination/refund to the Crown.
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority 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 closing date and time for accepting statements of
    capabilities is March 25, 2013 at 2:00p.m. EST. 
    
    Inquiries and statements of capabilities are to be directed to:
    
    Robert Picco, Supply Team Leader
    Commercial Acquisition and Supply Management Sector (CASMS)
    Commercial and Consumer Products Directorate (CCPD) PR Division
     
    Place du Portage, Phase III, 6A2-5
    11 Laurier Street,
    Gatineau, Quebec  K1A 0S5
     
    Tel: 819-956-9564
    Fax: 819-956-8799
    Email: robert.picco@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

    • Agreement on Internal Trade (AIT)

    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
    Picco, Robert
    Phone
    (819) 956-9564 ( )
    Fax
    (819) 956-8799
    Address
    11 Laurier St./ 11, rue Laurier
    6B1, 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: