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)  

CSC Community Safety Alerts System

Solicitation number 21120-210877/A

Publication date

Closing date and time 2021/09/20 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Kasiel Solutions Inc.
    219 Warder Cove
    Saskatoon Saskatchewan
    Canada
    S7T0P7
    Nature of Requirements: 
    
    Community Safety Alerts System
    1. Advance Contract Award Notice (ACAN) 
    
    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.
     
    2. Definition of the requirement
    
    The Correctional Service of Canada (CSC) has a requirement for a commercial-off-the-shelf (COTS) system to support safe work practices in a community setting, specifically in an environment where CSC staff are meeting paroled inmates in locations other than a CSC building.  
    o CSC is now looking to introduce a single national technical system to allow users to log a monitored event (meeting with a paroled inmate) on a smartphone application. The system will be connected to personal alarm device that users will wear during their meetings outside CSC facilities. Should the monitored event expire before the user checks-out of the event using the application on their smartphone or if they activate the personal alarm, an alert will be sent to a 24/7 CSC monitoring centre. The monitoring centre staff will then implement the associated emergency protocols. The equipment must include integrated cellular and satellite components to accommodate for use in areas with and without cellular service. 
    
    3. 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 system meets the following requirements: 
    
    Equipment
    1,400 personal alarms (PPAs) and 158 satellite transceivers
    CSC already owns 1,400 ORA personal alarms and 158 Solara Flare satellite transceivers.  For suppliers not using ORA and Solara Flare equipment as part of their system, new personal alarms and satellites transceivers must be provided by the supplier (as a CSC asset or supplier asset), and meet the equipment essential requirements specified in the sections below. The supplier must be able to provide CSC with additional PPAs and satellite transceivers as required, for replacement or program expansion (as a CSC asset or supplier asset).
    
    Software:
    The contractor must supply software in English and French versions that meet the following requirements: as follows:
    • A mobile application that operates on the user’s CSC-supplied iOS or Android smartphone;
    • A web application used by CSC Monitoring Officers (hereafter referenced to as Monitoring Application) to track events and to request for assistance for users; and
    • A web application for use by CSC managers (hereafter referenced to as the Manager Application), to administer accounts and access business information related to the oversight of the operational use of the system. (The Monitoring Application and the Manager Application may be separate components of a single application) 
    
    All deliverables identified below, including software interfaces and training material, must be made available in English and French. 
    
    The contractor’s COTS system must include the following hardware and software components:
    
    Smartphone Mobile Application
    1. 1,200 user accounts with access to the mobile application, operational on Android and iOS smartphone operating systems. There must be an option to purchase additional user accounts on a per user basis (or as a group of accounts) 
    
    2. The mobile application must reside on the user’s personal side on the smartphone.
    
    3. The mobile application must include the following design and operational features:
    a) Allow users to enter other users as contacts, send/receive notification of system generated alerts (monitored events), and user-generated alerts (PPA activation).
    b) Display visual indicator of the pairing status, smartphone to PPA, and smartphone to Satellite Transceiver. 
    c) Allow users to create a monitored event (CSC staff meeting with an inmate) and set the duration of the event. The display must show the duration of the event and a countdown to meeting expiration in increments of no more than one minute.
    d) Allow users to enter alphanumeric text in a narrative box with details related to the monitored event (e.g., meeting location, person met, vehicle information, etc.).
    e) Be integrated with the Monitoring Application used by CSC Monitoring Officers and allow the sharing of information between applications.
    f) In combination with the smartphone, include an auditory and/or vibration notification feature that will alert the user when the monitored event is about to expire (expiry must not be longer than five minutes).  
    g) Allow users to extend a monitored event and enter the length of extension. Alternatively, allow users to close the monitored event session. If no action is taken and the monitored event expires: using the smartphone features, sound an alarm (sound and vibration options) to alert the user, and send a notification of the alarm to the user’s contacts and the Monitoring Application.  
    h) Alarm features remain functional while the smartphone is locked or in sleep mode.
    i) When the PPA is pressed by the user, using the smartphone features, transmit a notification to the Monitoring Application, and prompt the user (sound and vibration options) that the PPA is activated. Start a countdown, allowing the user to cancel the alarm if it is activated by error. If the alarm is not cancelled, using smartphone features, automatically dial a pre-defined number (911), where cellular service is available.  
    j) Detect cellular or internet service and default to this mode for notifications. When cellular service is not detected, default to satellite mode for notifications.
    k) In areas without cellular service, the user will bring the satellite transceiver. When the PPA is pressed or a monitored event expires, using the smartphone features, via satellite, a notification of an alarm is sent to the Monitoring Application and the user’s contacts. These features must be functional even while the smartphone is locked or in sleep mode.
    l) Include messaging feature that allows alphanumeric text to be sent/received to/from the user, the Monitoring Application, and the user’s contacts. This feature must be functional using both cellular and satellite communication.
    m) Include a log of all event information, including the alarm start time, messaging between parties, user alarm cancellation, and CSC monitoring officer time of alarm resolution.
    
    Personal Portable Alarm (PPA)
    4. The PPA unit must include the following features:
    a) Pairing with the Smartphone Mobile Application using Bluetooth.
    b) Be portable and discreet, with dimensions not exceeding 5cm each in length and width, and 2.5cm in depth, excluding carrying case or hardware for the purpose of securing to the user.  
    c) Include a method of securing to the user, by way of belt loop, lanyard, wrist attachment, or similar.
    d) Include a rechargeable battery, USB charging cord, and standard 120v plug-in supplied with each unit.
    e) An alarm activation button with inadvertent activation prevention feature.
    f) Include an indicator (auditory, vibration and/or visual) that allows users to know that an alarm has been activated.
    
    Satellite Transceiver
    5. Must include satellite communication fees 
    6. The satellite transceiver must include the following features:
    a) Pairing with Smartphone Mobile Application, or operate independently with software described in Software Mobile Application section.
    b) Portable and fit in a bag or pocket, dimensions must not exceed 20cm in length, 10cm in width, and 5cm in depth.
    c) Rechargeable battery, USB charging cord, and standard 120v plug-in, supplied with each unit. 
    d) Visual indicator for the status of a satellite connection.
    e) Method to determine the battery charge level.
    
    Monitoring Application
    7. CSC will require access for 50 users.
    8. Must be web-based and operational on personal computers, and display information of all user’s monitored events to support a response protocol by the CSC Monitoring Officer. The application must include the following features:
    a) Screen that displays all users with accounts.
    b) Screen that displays all active user-created monitored events, with the following information:
    i. User name, phone number, 
    ii. Countdown of time remaining in the monitored event; 
    iii. Active GPS location of the user by longitude/latitude coordinates and display of positioning on a map. The GPS location to be updated at a minimum at the creation of the monitored event and when a user or system generated alert is received.
    iv. The user’s created alphanumeric notes related to the event; 
    v. Information on user’s communication type being used (cellular, internet, or satellite)
    c) Screen that displays all active alarms and types of alarms: system-generated alarms (expired monitored sessions) or user-activated alarm (PPA). CSC Monitoring Officer must be able to cancel resolved alarms 
    d) Feature to allow a monitoring officer to “claim” the alarm for the purpose of identifying responsibility for the implementation of the emergency protocol in order to prevent ambiguity in situations where multiple monitoring officers are involved.
    e) Be live such that information related to user created monitored events and active alarms is available in real-time.
    f) Include messaging feature that allows alphanumeric text to be sent/received to/from the CSC Monitoring Officer, the user with an active alarm, and the user’s contacts. This feature must be functional using both cellular and satellite communication.
    g) Include messaging feature that allows alphanumeric text to be sent/received to/from the user, the Monitoring Application, and the user’s contacts. This feature must be functional using both cellular and satellite communication.
    h) Ability to create and print reports on activities related to monitored sessions and alarms. 
    
    Manager Application
    9. CSC will require access for 50 users.
    10. The system must include a software component to facilitate the administration of user accounts and produce management information reports. The administrative component must include the following features:
    a) Access control system to allow CSC administrators to:
    i. create, close, and suspend user accounts,
    ii. create and produce data reports on safety activities (i.e. previous alarms/alerts), user activity,
    iii. customize drop-down data elements.
    b) User accounts allowing the input of the following data:
    i. User name;
    ii. User phone number;
    iii. User email;
    iv. User operational unit name and sub-name; and
    v. Data reports exportable to Microsoft Excel.
    
    Training and Support Services
    11. Training delivered in English, via Webex or Mircrosoft Teams, as a four-hour train-the-trainer session to CSC staff for up to 10 people on system administration, and operational use of all equipment and software.
    12. The contractor must make available to CSC: staff training videos and documentation in English and French, providing information on the operational use of all software and equipment.
    13. The contractor must provide bilingual (English and French) over-the-phone support service, to assist in resolving technical issues. Support services must be available for a minimum of seven (7) hours a day from Monday to Friday (excluding federal statutory holidays). The seven (7) hours can be scheduled between the hours of 0800-1900 EST. 
    14. The contractor must ensure that all system components are operational within eight (8) hours after failure.
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    o Canadian Free Trade Agreement (CFTA)
    o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) 
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business 
    This procurement is not set-aside under the Procurement Strategy for Aboriginal Business.
    
    6. Comprehensive Land Claims Agreement(s) 
    This procurement is for delivery only in locations not subject to Comprehensive Land Claims Agreements (CLCAs).
    
    7. Justification for the Pre-Identified Supplier 
    The reason for the proposed contract award is there is no other known supplier for a system as described within this document. Suppliers will have some components of this system, however, no supplier is known to have a fully integrated system with all required components and features.
    
    8. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - only one person is capable of performing the work.
    9. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    o Canadian Free Trade Agreement (CFTA) - Article(s) Article 513 b (iii)
    o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) Article XIII b. iii. 
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article(s) Article 1912.12 b iii.
    10. Ownership of Intellectual Property 
    
    o Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    11. Period of the proposed contract or delivery date 
    
    o The system must be delivered on November 1 2021 and the proposed contract is for a period of one year with four additional one-year option periods.
    12. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $ 1,787,000 (GST/HST extra). 
    14. Name and address of the pre-identified supplier 
    Kasiel Solutions Inc., located at 219 Warder Cove, Saskatoon, Saskatchewan, Canada S7T 0P7
    
    15. Suppliers' right to submit a statement of capabilities 
    
    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.
    
    16. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is September 20 2021 at 14:00hrs EST.
     
    17. Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    Danish Hussain
    Contracting Authority
    Public Works and Government Services Canada
    Acquisitions Branch, Electronics, Munitions and Tactical Systems Procurement Directorate, Defense Communications Division
    Address: 
    o PDP3/7A2-5, 
    11 Rue Laurier, Phase III, Place du Portage
    Gatineau, QC  K1A 0S5
    Canada
    Telephone: 873-355-4364
    E-mail address: Danish.Hussain@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

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Hussain, Danish
    Phone
    (873) 355-4364 ( )
    Email
    danish.hussain@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage, Phase III, 8C2
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive

    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: