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)
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
- Picco, Robert
- Phone
- (819) 956-9564 ( )
- Fax
- (819) 956-8799
- Address
-
11 Laurier St./ 11, rue Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.