KMX - LESSON LEARNED SOFTWARE

Solicitation number W6431-180001/A

Publication date

Closing date and time 2018/07/06 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    Well Data Technologies Limited
    Well Data Technologies
    Woodburn House
    4-5 Golden Square
    United Kingdom
    AB101RD
    Nature of Requirements: 
    
    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 RCAF (Royal Canadian Air Force) has a requirement for a software tool to support the Lessons Learned Program (LLP) by categorizing, tracking, storing, and sharing Lessons Learned observations and associated attachments.
    
    The RCAF LLP collects observations from Lessons Learned Officers (LLOs) embedded at all 14 RCAF Wings, as well as deployed LLOs on various RCAF exercises and operations. The selected software tool must include metrics that allow (RCAF) administrators to easily identify how many observations have been uploaded, which Wing or LLO has uploaded them, and the status of the observation. It must provide metrics that are easily exported, and will clearly identify how many observations are in the system, the status of those observations, who has uploaded observations, which observations have received high ratings, and which are the most viewed. The software must have a forum for communities of Interest to discuss various Lesson Learned topics. 
    
    
    3. Criteria for assessment of the Statement of Capabilities 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its proposed software meets the following requirements:
    
    a. Have a permissions based customizable tracking, reporting and document workflow based on team roles as defined by an RCAF appointed administrator. Depending on the assigned role(s), users must have an ability to add information, edit or delete an observation as it transitions from initial entry to a formal conclusion via an RCAF defined workflow;
    b. Functionality to subscribe to uploaded observations, which would allow an user to follow an observation to whatever status it receives;
    c. Have an alert summary for observations of a particular  interest; 
    d. Functionality to import or export data from / to SharePoint 2010 and 2013; 
    e. Include a forum for RCAF Communities of Interest;
    f. Include the functionality to categorize observations;
    g. Have a searchable database capable of storing and sharing documents in MS Word, Excel and Adobe PDF as well as picture or video files; 
    h. Full functionality on the Department of National Defense (DND) Defense Wide Area Network (DWAN) intranet as demonstrated by network testing by qualified Department of National Defence / Shared Services Canada personnel; 
    i. Provide e-mail alerts, as well as e-mail and share documents using the Department of National Defence Microsoft Outlook 2010 and 2013 Gobal Address List via the DWAN; 
    j. Software must be a proven product currently in use by a commercial customer; and; 
    k. Be licensed for an unlimited number of RCAF users.
    
    The statement of capabilities should include documentation, such as a user manual or any other technical publication, to support compliance of the proposed software to the requirements. The supplier should specify the exact section or sections in the documentation that demonstrate a requirement is met. When the information is not available in the documentation, the supplier should explain how the requirement is met. Simply repeating the statements contained in the list above is not sufficient. 
    Each requirement should be addressed separately.
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements: 
    o Canadian Free Trade Agreement (CFTA) 
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) 
    o North American Free Trade Agreement (NAFTA) 
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) 
    o Canada - Chile Free Trade Agreement (CCFTA); 
    o Canada - Colombia Free Trade Agreement; 
    o Canada - Honduras Free Trade Agreement; 
    o Canada - Korea Free Trade Agreement; 
    o Canada - Panama Free Trade Agreement; 
    o Canada - Peru Free Trade Agreement (CPFTA); and
    o Canada - Ukraine Free Trade Agreement.
    
    5. Justification for the Pre-Identified Supplier 
    
    To the best of our knowledge, “KMX - Lesson Learned Software” is the only commercial-off-the-shelf software that meets the mandatory performance requirements identified above.
    
    6. Government Contracts Regulations Exception 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". 
    
    7. 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 513, section 1 (b) (iii) 
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV, section 1 (b) 
    o North American Free Trade Agreement (NAFTA) - Article 1016, section 2 (b) 
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12, section 1 (b) (iii) 
    
    8. Period of the proposed contract 
    
    The proposed contract is for a period of one year, from July 1, 2018, to June 30, 2019 with three optional 1 year periods.  
    
    9. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including options, is between $100 001 and $250 000 excluding applicable taxes.
    
    10. Name and address of the pre-identified supplier 
    
    Well Data Technologies Ltd
    100 Union Street, Aberdeen, AB10 1QR, Scotland, United Kingdom
     
    11. 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. 
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is July 6, 2018 at 2:00 p.m. (EDT). 
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name: Tyler Vandonk
    Title: Supply Specialist
    Public Works and Government Services Canada
    Ontario Region - Acquisitions
    33 City Centre Dr., Mississauga, ON L5B 2N5
    
    Telephone : 905-615-2065
    Facsimile: 905-615-2060
    E-mail address: tyler.vandonk@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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Vandonk, Tyler
    Phone
    (905) 615-2065 ( )
    Email
    tyler.vandonk@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    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: