ELECTRONIC MONITORING
Solicitation number 47137-147073/A
Publication date
Closing date and time 2013/07/12 14:00 EDT
Last amendment date
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: Buddi Ltd. Kingfisher House Walton Street, Aylesbury United Kingdom HP21 7AY Nature of Requirements: ADVANCE CONTRACT AWARD NOTICE ELECTRONIC MONITORING EQUIPMENT AND SERVICES The closing date for accepting statements of capabilities has been extended to July 12, 2013, 2:00 p.m and the ACAN is amended to: 1) clarify the requirement; 2) include the Statement of Work and Glossary/Definitions; 3) clearly state the essential minimum criteria which must be addressed in any statement of capabilities; and 4) identify an alternate point of contact for inquiries during the contracting authorities absence. BACKGROUND: Canada Border Service Agency has a requirement for the supply and delivery of a Global Positioning Systems (GPS) electronic monitoring services and equipment for individuals released from detention on conditions. Equipment and services must align with the conditions of release set by the Federal Court (FC)/Immigration and Refugee Board (IRB). The CBSA must implement FC/IRB decisions where conditions require the use of specialized GPS equipment for electronic monitoring in a CBSA context anywhere in Canada. Monitoring services must be provided for any number of individuals at any given time throughout the period of the contract. GOODS/SERVICES REQUIRED: The requirement is outlined at Annex A attached hereto. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for this requirement to Buddi Ltd. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the Minimum Essential Criteria set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period. The pre-selected supplier has been identified following the original notice on MERX from Canada Border Service Agency, Buddi Ltd. was the only responsive bid to the Request for Proposal. If other potential suppliers submit a statement of capabilities during the 15 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. The intent is to put in place a one-year contract or standing offer with the option to extend it for an additional two, one-year periods. SECURITY REQUIREMENT: This requirement contains a security requirement. The contractor will require a clearance at the level of Protected 'A' or equivalent. TRADE AGREEMENTS: 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 DELIVERY DATE: Best Offered VENDOR NAME AND ADDRESS: Buddi Ltd. Kingfisher House, Walton Street, Aylesbury, Buckinghamshire, UK HP21 7AY. The total estimated cost is: $88,204.95 CAD HSTI Vendors must demonstrate by way of a statement of capabilities that it meets ALL of the following Minimum Essential Criteria: 1.0. Minimum Essential Experience Requirement 1.1. The vendor must have a minimum of two years experience in providing GPS electronic monitoring services. 2.0. Minimum Essential Device Requirements 2.1. The multi-piece tracking unit must have a minimum battery life of 16hr based on 1 minute GPS and 3 minute transmit. 2.2. The one-piece tracking unit must have a minimum battery life of 16hrs on 1 minute GPS and 3 minute transmit. 2.3. The multi-piece ankle bracelet (including battery) must weigh less than 4 ounces. 2.4. The one-piece ankle bracelet (including battery) must weigh less than 4 ounces. 2.5. The multi-piece unit must fully charge in less than 3hrs. 2.6. The one-piece unit must fully charge in less than 3hrs. 2.7. The Device and its components must be tamper resistant. 2.8. The Device and its components must be able to be removed by emergency medical or rescue personnel using readily available tools. 2.9. The Device and its components must function reliably within temperature ranges between -70 C and +50 C. 2.10. The Device and its components must function reliably at a humidity range up to 100%. 2.11. The Device and its components must be capable of enduring shock and vibration associated with normal wear and use. 2.12. The Device and its components which are physically attached to the supervisee must be water resistant for such normal activities as bathing, showering, sweating, and swimming. 2.13. The Device and its components must be safe for human use. 2.14. The battery must have a minimum battery life of one year before requiring replacement. 2.15. The Device and its receiver must be capable of operating in the country of Canada. 2.16. The Device and its receiver must contain rechargeable batteries. 2.17. The Device and its receiver must continue to receive and transmit location data while it is being charged. 2.18. The Device and its receiver must retain stored data when the battery is depleted. 2.19. The Device and its receiver signal must be unique to the individual to whom it is assigned. 2.20. The Device and its receiver must be capable of operating without interruption of service when in immediate proximity to other Devices, receivers and electronic Devices (i.e., cellular telephones, satellite television receivers, microwave ovens, computers, radio towers). 2.21. The bracelet component must be hypoallergenic. 2.22. The active Device and receiver must transmit data to the monitoring system at a rate of once every three minutes or better. 2.23. The Device and its receiver must be capable of operating for a minimum of 16 hours on a single battery charge at a minimum transmission rate of once every three minutes. 2.24. The Device and its receiver must be capable of collecting location data at a rate of at least once every minute or better. 2.25. The Device and its receiver must be capable of storing a minimum of 48 hours of location data. 2.27. When placed in an outdoor environment with a full view of the sky, the GPS/LBS receiver must take no more than five minutes to acquire a GPS signal. 2.28. All equipment must be in compliance with the Canadian Standards Association (CSA) or its Country's standards are equivalent with Canada standards and stamped accordingly. Contractors whose products do not meet this standard must supply written proof that they are in the process of obtaining CSA certification or are willing to obtain the same. All equipment must be in compliance with the Radio Communications Act (R.S., 1985, C.R.-2, S.1; 1989, C.17, S.2) and other regulatory requirements necessary to be approved and suitable for use in Canada. 3.0. Minimum Essential GPS/LBS System Requirements 3.1. The GPS/LBS system must be capable of tracking the device location 24 hours a day, 7 days a week, and 365 or 366 days a year, as applicable. 3.2. The GPS/LBS system must be capable of delivering the CBSA officer an alert notification via email, pager, and text message. 3.3. The GPS/LBS system must be capable of an alert via voice communication and or text message in the event of i) GPS/LBS receiver tampering; ii) GPS/LBS bracelet strap tampering; iii) the device is no longer tracking (i.e., no GPS/LBS signal); iv) when the established allowable distance between the bracelet and GPS/LBS receiver is exceeded; v) when the GPS/LBS receiver battery and or bracelet battery is low; vi) the GPS/LBS receiver is unable to communicate with the Contractor's monitoring software due to a communications failure; vii) the GPS/LBS system detects a zone infraction (i.e., a breach of an exclusion and inclusion zone); and viii) the GPS/LBS system detects a curfew infraction. 3.4. With the GPS/LBS components in an open air environment with no obstructions, the device must provide a location that is accurate within 10 meters 90% of the time. The Contractor must provide the manufacturer's accuracy testing results. 3.5. The GPS/LBS system must utilize a supplemental or enhanced tracking system when the GPS signal is unavailable or diminished. The Contractor must describe how the supplemental and or enhanced tracking technology operates, under what conditions, and identify any vulnerabilities that exist (i.e., weather conditions, etc.). 3.6. The multi-piece GPS/LBS unit must be re-chargeable without the individual being physically plugged into the electrical wall outlet. 3.7. The GPS/LBS ankle bracelet strap must not be larger than 1" high by 0.1" thick. 3.8. The GPS/LBS transmitter attached to the ankle bracelet must not be larger than 3" x 3" x 1" thick. 3.9. The GPS/LBS portable tracking unit (worn on the individual's belt) must not weight more than 12oz. 3.10. The GPS/LBS systems must have the ability to print maps of a supervisee's location points. 3.11. The GPS/LBS systems must have the ability to generate supervisee-specific location reports. 3.12. The GPS/LBS systems must have the ability to generate management reports. 3.13. The GPS/LBS systems must have the ability to export data and reports to an external electronic format (i.e., Microsoft Excel). 4.0. Minimum Essential Software Requirements 4.1. The GPS/LBS software system must have the ability to track the supervisee's assigned supervision officer(s). 4.2. The GPS/LBS software system must have the ability to track the supervisee's assigned GPS/LBS equipment device(s). 4.3. The GPS/LBS software system must be accessible via the Internet. 4.4. The GPS/LBS software system must be accessible via personal digital assistant (PDA) devices. 4.5. The GPS/LBS software system must be accessible via cellular telephone and or smart phone devices. 4.6. The GPS/LBS software system must have the ability to establish exclusion zones. 4.7. The GPS/LBS software system must have the ability to establish inclusion zones. 4.8. The GPS/LBS software system must have the ability to allow the user to change the data collection and transmission rate as required by the CBSA. 4.9. The GPS/LBS software system must have the ability to configure the alerts that are applicable for each supervisee. 4.10. The GPS/LBS system must have the ability to conduct a reverse geocode search in which a known location data point is used to look up the nearest physical address. 4.11. The GPS/LBS software system must have the ability to ping the Contractor's software to ascertain a GPS/LBS receiver's current location. 4.12. The GPS/LBS software system must, at a minimum, support and utilize both Secure Sockets Layer (SSL) V3 and Transport Layer Security (TLS) V1 to safeguard the data in transit between web browsers and server(s) hosting the e-Monitoring service. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES: 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 each of the minimum essential criteria. The closing date for accepting statements of capabilities is July 12, 2013, 2:00 p.m. Inquiries and statements of capabilities are to be directed to: Erin Lapensee on behalf of Celine Munro Supply Specialist Information Security and Electronic Warfare Division PDP, Phase III, 8C2 11 Laurier Street Gatineau, Quebec Canada K1A 0S5 Tél. : (819) 956-0733 Fax : (819) 956-0636 Government of Canada | Gouvernement du Canada 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 each of the minimum essential criteria. 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. ANNEX A STATEMENT OF WORK Objective To provide Global Positioning Systems (GPS) electronic monitoring services and equipment for individuals released from detention on conditions, as and when directed by the CBSA. Equipment and services must align with the conditions of release set by the Federal Court (FC)/Immigration and Refugee Board (IRB). Scope The CBSA must implement FC/IRB decisions where conditions require the use of specialized GPS equipment for electronic monitoring in a CBSA context anywhere in Canada. Monitoring services must be provided for any number of individuals at any given time throughout the period of the contract. Tasks A) The CBSA will choose the type of technology in accordance with the requirements dictated by the conditions of release imposed by the FC/IRB. B) The Contractor must assist with the installation of equipment and provide monitoring and servicing as required by the CBSA. C) The Contractor must keep the Project Authority (PA) informed of all new technology available for electronic monitoring and any accompanying software. D) The Contractor must assist, upon request by the CBSA, with the installation of software for the proper electronic unit such as, but not limited to, the following: desktop computer; laptop computer; Personal Digital Assistant (PDA); Smart phone. E) The Contractor must conduct site assessments when requested by the CBSA. Site assessments include testing, as necessary, to ensure that there are no environmental or technical issues which inhibit the tracking equipment from reliably providing alerts and or location data on a 24 hour per day, seven day per week, basis. This includes an evaluation of signal strength, identification of obstructions which interfere with signal and identification of proximity of the site to anything which could obstruct or interfere with signal strength. F) The Contractor must fulfill court-ordered mandatory requirements including the production of any related documentation, as required by CBSA. Deliverables A) A list of all authorized users must be created by the Contractor and submitted to the Project Authority. This list must be updated on a monthly basis. B) Provide equipment, training, installation, service provision, and monitoring within the alert response protocol. Alert response protocols will be established on a case-by-case basis depending on regional operating capacity and needs. C) The devices must be multi- and one-piece with GPS location technology or better. All devices must use active monitoring. D) The electronic monitoring unit must be a Web-based solution accessible through a wired and wireless connection. The software used with the electronic monitoring unit must be compatible with a smart phone (Blackberry or similar technology), a portable computer and a desktop computer. E) The electronic monitoring unit must allow the CBSA to locate the individual wearing the electronic monitoring unit at any and all times. F) The CBSA authorized personnel, as defined by the CBSA Project Authority, must receive immediate alerts of zone violations, tampering, and other noncompliant behaviours. The provider must ensure that the CBSA is notified if the individual wearing the electronic monitoring unit leaves or enters pre-programmed boundaries or departs the residence during non-approved times. A list of CBSA personnel will be supplied to the Contractor by the PA at the time of contract award. G) The Contractor must provide one spare unit at each CBSA location for replacement use and testing by the CBSA at no additional charge. If a CBSA location is using both a multi- and one-piece unit, the Contractor must provide a spare unit of each type or model for that location. H) At any time and at any location in Canada, if the CBSA needs an electronic monitoring unit to be serviced or replaced, the Contractor must be immediately available by telephone and must be capable of servicing or replacing the unit within 24 hours. I) When required, the Contractor must provide authorized CBSA personnel additional training with respect to system usage as and when required by the CBSA. J) Only new products will be considered. Refurbished technology will not be accepted. K) The Contractor must be available to participate in meetings, teleconferences and or videoconferences as and when required by the CBSA. The CBSA will give the Contractor as much notice as possible when scheduling meetings, teleconferences and or videoconferences. L) Information collected on electronically monitored persons, including video, verbal, written transcript, manuals, books, or any other means of communication must be kept confidential at all times. The Contractor must not disclose any of the above noted information to anyone but the PA and or any authorized CBSA user without the CBSA's written authorization. Any information collected from electronically monitored individuals must be available to the CBSA at any time. M) All user manuals and training guides must include both the unit and the peripheral technical specifications. N) The Contractor must provide all necessary tools to attach and remove the bracelet device and straps at no additional cost. O) The Contractor must supply all replaceable or rechargeable batteries at no additional cost. P) The Contractor must agree to supply new hardware (as opposed to refurbished) free of charge. Q) The Contractor must agree to supply new software releases free of charge. R) The contractor must be capable of initially providing at least six multi- or one-piece active units or a combination thereof, as required by the CBSA. S) The Contractor must agree to supply new software releases, patches, upgrades, and fixes, including the resolution of new found vulnerabilities, free of charge. The contractor must have in place a process that applies patches, upgrades, and fixes, including the resolution of new found vulnerabilities, in the electronic monitoring service as soon as is possible. This activity must occur during times to be agreed upon with the CBSA Project Authority or be otherwise undetectable to CBSA users. Reporting Requirements A) The GPS/LBS systems must have the ability to print maps of a supervisee's location points. B) The GPS/LBS systems must have the ability to generate supervisee-specific location reports. C) The GPS/LBS systems must have the ability to generate management reports. D) The GPS/LBS systems must have the ability to export data and reports to an external electronic format (i.e., Microsoft Excel). Data Requirements A) Each supervisee's location data must be accessible for a minimum of three months before it is archived or stored offline. B) Archived copies of each supervisee's location data must be retained and accessible to the CBSA for a minimum of two years. C) At the conclusion of the archival timeframe the Contractor must provide a copy of the location data in a readable format. D) The Contractor must backup the system data at least every 24 hour(s). Service Requirements A) The Contractor must provide expert testimony in Court as to the performance and methodologies of the Contractor's equipment as requested by the CBSA Project Authority (PA) or subpoena. B) The Contractor's monitoring center must be capable of conducting alert analysis and resolution on a case by case basis as required by the CBSA. C) The Contractor must provide 24 hours a day, 7 days a week, 365 or 366 days a year, technical support at no additional charge. Administration, support, and use of the electronic monitoring service by the contractor must be restricted to only those contractor user accounts in possession of a valid personnel security clearance. These user accounts must only have the minimum access required for the performance of the previously mentioned duties. When no longer required, this access must be removed from the user accounts D) The Contractor must be able to provide dedicated on-site technical support personnel, as required by the CBSA. E) The Contractor must be able to provide resolution to interruption in service within 12-24 hours of notification of the interruption. F) The Contractor must provide GPS/LBS systems training to CBSA authorized users or as required by the CBSA, prior to implementation. G) The Contractor must provide annual GPS/LBS systems refresher training to authorized users or as required by the CBSA. H) The Contractor must be capable of providing training on an 'as-and-when requested' basis to authorized users. I) The Contractor must provide training to authorized users upon the release of new GPS/LBS products and software. J) The contractor, in the event of a disaster, must be able to be reconstitute their service to it's prior operational state with the last transaction committed to it's database. Constraints A) The dates which individuals are released from detention may be unknown until the FC/IRB decision is made; therefore, the Contractor must provide monitoring services on an emergency basis. Due to the nature of proceedings held under the IRPA, there is a need to have the ability to obtain the services of the Contractor on very short notice to comply with release orders. B) The Contractor must provide services in both the English and French languages, as required and dependent upon where the service will be provided. The Contractor must deliver any document in both the English and French languages at no extra charge and upon CBSA request. C) The CBSA reserves the right to add or reduce the amount of electronic monitoring devices at any point during the life of the resulting contract. The CBSA will give the Contractor as much notice as possible before reducing the amount of electronic monitoring devices during the contract. The notice will be given in a written format such as e-mail. D) The CBSA will decide the proper technology and will be free to change technology with no extra charge during the contract period. The CBSA will give the Contractor as much notice as possible when changing technology. E) The Contractor acknowledges that, notwithstanding having met all the requirements in the request for proposal, the court or the appropriate immigration tribunal may order that the equipment supplied not be used or that its use be discontinued. The contractor agrees that in the event of such an order, the government may terminate the contract. F) The Contractor agrees that should the equipment not meet the requirements as set out in the technical specifications found at Appendix B during field use, that the contractor will be considered in breach of the contract, and that the government may, at its discretion, consider the contract to be terminated. Information and Technology Security Requirements 1.1.1 The Personal Information Protection and Electronic Documents Act: http://laws.justice.gc.ca/en/P-8.6/ Safeguards - Personal information shall be protected by security safeguards appropriate to the sensitivity of the information http://www.priv.gc.ca/leg_c/p_principle_e.asp. Transport Layer Security (TLS) version 1.1 or higher with Secure Sockets Layer (SSL) version 3.0 or higher protocols compatibility must be used between CBSA desktop computers, laptop computers, or mobile device browsers and the server and/or mainframe hosting the electronic monitoring service. The contractor must permit the creation of non-personally identifiable user accounts (e.g. Officer123) on their server and/or mainframe hosting the electronic monitoring service. Strong passwords (e.g. minimum 8 alpha-numeric characters with at least one uppercase letter, one lowercase letter, one number, and one symbol e.g. @) must be used for accessing the server and/or mainframe hosting the electronic monitoring service, including those set at initial registration and those reset by the contractor's technical support after verification through the CBSA Project Authority. Additionally, these strong passwords must: not accept: a character repeated more than three times; the user account name in any variation; and any dictionary words in any language. expire every ninety calander days unless changed by the user of the user account prior to the ninety calander day threshold. be masked (not displayed) during entry and cleared from the login screen in all cases of non-acceptance. The electronic monitoring service must maintain a minimum password history of the last ten passwords used by a user account in order to avoid password repetition and similarity. The electronic monitoring service must suspend user accounts after a maximum of three consecutive invalid authentication attempts. They must remain suspended until the contractor's technical support is contacted for re-activation by the CBSA Project Authority. The contractor must maintain user access logs within their server and/or mainframe hosting the electronic monitoring service that at a minimum will record the date, time, user account name, and action performed (ex. successful logon, invalid password attempt). Copies of these logs must be able to be provided electronically or on paper to the CBSA Project Authority or the CBSA Departmental Security Officer (DSO) upon request. After the return of CBSA data to CBSA upon expiration or termination of this contract, the contractor must erase, degauss, or physically destroy the memory and hard disk drives on equipment used to provide the electronic montoring servce that have processed, transmitted, and/or stored CBSA data. This also applies to any/all backup media that have archived CBSA data. If required, refer to the checklist in CSEC guidance document CSG-08\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc08g- eng.pdf). The network infrastructure that provides the electronic monitoring service must be protected by a firewall, an intrusion prevention system, and a regularly updated anti-malware product. If required, refer to the checklists in the following CSEC guidance documents: CSG-06\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc06g- eng.pdf) CSG-09\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc09g- eng.pdf) CSG-07\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc07g- eng.pdf) The electronic monitoring service must require a user to change their password for their account upon first use after initialization or after the contractor's technical support has reset it after verification through the CBSA Project Authority. The electronic monitoring service must automatically log off a user account after 10 minutes of inactivity. The electronic monitoring service must restrict user accounts to only their profile and the associated data within. The contractor must ensure that operating systems and applications software used by the electronic monitoring service are configured in accordance with industry best practices (e.g. Microsoft Security Compliance Manager) and "hardened" so as to prevent or detect unauthorized disclosure, unauthorized modification, or loss of CBSA data. If required, refer to the checklist in CSEC guidance document CSG-10\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc10g- eng.pdf). The electronic monitoring service must not be connected to other contractor systems, unless those systems are required for the administration and/or maintenance of the electronic monitoring service by the contractor user accounts in possession of a valid personnel security clearance. CBSA data within the electronic monitoring service must be segregated from other parties (e.g. federal, provincial, municipal, international, or private) data that are under contract with the contractor. In the event that equipment used by the electronic monitoring service needs to be redeployed within the contractors network infrastructure or repaired/replaced by an outside vendor, the contractor must erase, degauss, or physically destroy the memory and hard disk drives on any of the equipment if it has processed and/or stored CBSA data. If required, refer to the checklist in CSEC guidance document CSG-08\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc08g- eng.pdf). The network infrastructure that provides the electronic monitoring service must not be accessible wirelessly or remotely, unless required for the administration and/or maintenance of the electronic monitoring service by the contractor user accounts in possession of a valid personnel security clearance. If required, refer to the checklists in the following CSEC guidance documents: CSG-02\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc02g- eng.pdf) CSG-01\G (see http://www.cse-cst.gc.ca/documents/services/csg-cspc/csg-cspc01g- eng.pdf) The contractor must ensure that servers, mainframes, or other hosts (e.g. virtual machines) used by the electronic monitoring service on which CBSA data is processed and/or stored reside within a floor to ceiling slab locked room, within a locked cabinet in an operations zone, or within a secure room with additional controls (e.g. intrusion dectection, CCTV), and that access to the servers is restricted to the contractor resources in possession of a valid personnel security clearance. If required, refer to RCMP guidance document G1-031 (see http://www.rcmp-grc.gc.ca/physec-secmat/pubs/g1-031-eng.htm). The contractor must ensure that any/all backup media used by the electronic monitoring service for CBSA when not in use must be locked in a storage container and that access to the backup media is restricted to the contractor resources in possession of a valid personnel security clearance. If required, refer to RCMP guidance document G1-001 (see http://www.rcmp-grc.gc.ca/physec-secmat/res-lim/pubs/seg/html/hom e_e.htm). The contractor must ensure that any/all backup media used by the electronic monitoring service for CBSA when in transit must be in a locked breifcase and that access to the backup media is restricted to the contractor resources in possession of a valid personnel security clearance. If required, refer to RCMP guidance document G1-001 (see http://www.rcmp-grc.gc.ca/physec-secmat/res-lim/pubs/seg/html/hom e_e.htm). The contractor must control and monitor access to telecommunications wiring, spaces, and pathways used by the electronic monitoring service, and, if possible restrict them to the contractor resources in possession of a valid personnel security clearance. The contractor's web-based uniform ordering and management system must not be administered, supported, and used by third parties (e.g. off-site IT help desk services provided by another company). GLOSSARY/DEFINITIONS Global Positioning System/Location Based Services System Type (GPS/LBS) Active. Refers to a system that utilizes cellular communications to transmit location data points from the GPS/LBS device to the processing system in near-real time. GPS/LBS Device Components Bracelet. This refers to the strap worn on the ankle that communicates via radio frequency (RF) technology with the GPS/LBS receiver for a multi-piece unit. In a one-piece unit it is combined with the GPS/LBS receiver. Charging Unit. This may be a docking station hooked up to power and a phone line or it may simply be a charging cord. It is the method by which the GPS/LBS receiver is recharged on a regular basis. Multi-piece Units. Components consist of: a) one ankle bracelet, b) one separate GPS/LBS receiver, and c) one charging unit. The receiver is typically worn at hip level while the bracelet is worn on the ankle. The bracelet and receiver communicate via RF technology to ensure their proximity to one another. GPS/LBS Receiver. This refers to the portion of the GPS/LBS system that receives and transmits the location data. In a multi-piece unit, the receiver is a separate device that is typically worn at hip level. In a one-piece unit, this is combined with the bracelet and typically worn on the ankle. One-piece Units. Components consist of: a) a bracelet and an un-detachable GPS/LBS receiver, in one device, typically worn on the ankle, and b) one separate charging unit. Software Terms Exclusion Zone. An area which is designated as prohibited to the supervisee. This zone is defined within the GPS/LBS software and when the supervisee enters the exclusion zone an alert is sent. Inclusion Zone. An area which is designated as required for a supervisee during a specified time. For instance, the supervisee's home may be identified as an inclusion zone from 6 pm to 7 am indicating that they must be in their home during those hours, or an alert will be sent. This feature can also be used to verify attendance at school, authorized outings, work, treatment, etc., during specific times. Travel Zone. A travel zone specifies a location in which a supervisee is allowed to travel during specific times. Jurisdictional Zone. This refers to a zone that covers the entire approved area of a supervisee's release (the jurisdiction of the CBSA, such as a region or province). Such zones are essentially a large inclusion zone that allow for the other types of zones to be set within it (i.e., an inclusion or exclusion zone). Report Types Supervisee Location Reports. Reports showing such elements as an individual supervisee's movement path, alerts, and or location data points. Inventory Reports. Reports that reflect CBSA inventory status. Management Reports. Reports related to system user activity associated with the device as required by the CBSA (i.e., audit reports and composite alert reports for all supervisees). 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
- Munro, Celine
- Phone
- (819) 956-0577 ( )
- Fax
- (819) 956-0636
- Address
-
11 Laurier St. / 11, rue Laurier
8C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.