Software Licenses
Solicitation number EQ977-132050/A
Publication date
Closing date and time 2012/12/05 14:00 EST
Description
Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA 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: Language Research Development Group 1407 Saint Alexandre St., Montreal Quebec Canada H3A2G3 Nature of Requirements: Software Licenses EQ977-132050/A Abela, Aaron Telephone No. - (905) 615-2061 ( ) Fax No. - (905) 615-2060 ACAN Explanation 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. All responses or inquiries are to be submitted to the Procurement officer identified above. The PWGSC file number, the Procurement 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. Definition of Requirement: The Department of Public Works and Government Services Canada (PWGSC), requires the supply and delivery of Perpetual non-exclusive freely transferable software licenses for the language training software product required. PWGSC requires a language training licensed software solution to be a fully interactive self-study modular based French Second Language (FSL) training solution and include audio/video segments, self scoring tests, exercises, reference manuals and telephone tutoring services from qualified instructors possessing a valid degree in Education or equivalent training and experience. The licensed software solution must run on multiple computing platforms and devices; "devices" are defined as mainframes, servers, desktops, workstations, notebooks, laptops, personal digital assistant(s) and networking equipment any other equipment including, mass storage device(s), input output device(s) and operating system. PWGSC requires Software Maintenance and Support for the licensed software solution during the Software Support Period, including the most recent release(s) and version(s) of the licensed software solution during the period of the software maintenance, as soon as they are available. Criteria for Assessment of the Statement of Capabilities: Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements: 1. The licensed software solution must deliver, enable and support evaluation and training standards, which are in accordance with:Government of Canada, Treasury Board of Canada Secretariat Qualification Standards in relation to Official Languages. http://www.tbs-sct.gc.ca/gui/squn03-eng.asp#section3 2. The licensed software solution must facilitate the learning of employees in an interactive environment and must include evaluation and training sessions by computer and with an instructor. 3. The licensed software solution must be based on Canadian-French and Canadian-English language training licensed software solution, and the software must deliver, enable and support the functionality for users to provide access to the training from home, a laptop and work desktop using multiple computing platforms and devices including mass storage device(s) without the requirement to connect to any outside server/website. 4. The licensed software solution must provide unique passwords in order to allow PWGSC to monitor usage. The passwords must have the following characteristics: a) Randomly generated and unique to each PWGSC employee b) Capability to send unique codes via e-mail c) Permit the employee access to specific modules d) Provide PWGSC reports of usage 5. The licensed software solution must deliver, enable and support the functionality to evaluate the user's language proficiency and start the training at the appropriate level based on the Government of Canada Qualification Standards 6. The licensed software solution must deliver, enable and support Telephone assistance from a Qualified Instructor possessing a valid degree in Education and experience, in accordance to a schedule to accommodate students schedules. Costs of telephone calls between the tutor and student must be borne by the Contractor. 7. The licensed software solution must deliver, enable and support in a secure environment the following and automated reporting functionality by individual student: a. Complete individual learning profile b. On-line access by the student to his profile c. On-line access by administrators, with varying access rights, to groupings of students by division. d. Ability for the client to download reports electronically e. Complete billing justification and audit f. The Contractor must make available at his expense an on-line student registration system with appropriate security. It must also allow PWGSC management to review and authorize activity with students. 8. The maintenance and support services for the licensed software solution, must deliver the following software code as part of the software maintenance: a. all bug fixes, software patches, and all other enhancements; b. all upgrades, updates, major and minor new releases, and renames; c. all extensions and other modifications, including but not limited to drivers, service packs, and service releases; d. all application programming interfaces (APIs), plug-ins, applets and adapters; e. all rewrites, including in other programming language(s), where the original version(s) is no longer being maintained by the software publisher. f. all pedagogical and andragogical updates 9. The licensed software solution must provide, and ensure full follow up and audit capability of individual billing for training sessions with an instructor. 10. The Contractor must provide an online tracking system or a Learning Management System (LMS) for the Client to monitor the number of modules acquired, their student learning profile and employee records such as Preliminary Evaluation Reports, End of Session Reports, End of Module Reports, etc. 11. Online self placement tests must be available through the Contractor's website and through a portal site for learners using the software solution from home. 12. The Contractor must provide one (1) copy of the technical, installation and operations manuals for the Licensed Software. Updates, revisions and new manuals applicable to components of the licensed software solution must be provided at no additional charge within ten (10) calendar days of availability, throughout the duration of any Maintenance and Support Services' period. The conditions of the developer's shrink-wrap license are not acceptable to the Crown. This software is proprietary, and the proposed Contractor must have the authority to negotiate the terms and conditions of the contract and the related software licensing terms including, but not limited to; limitation of liability, indemnification, transferability of license, termination/refund to the Crown The proposed language training licensed software solution must be a Commercial off-the-Shelf (COTS) solution in which any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. Applicability of the Trade Agreement(s) to the procurement: The procurement is subject to the following Trade Agreements: Agreement on Internal Trade (AIT), and North American Free Trade Agreement (NAFTA) and World Trade Organization (WTO). Justification for the Pre-Identified Supplier: It is proposed to issue a Contract to Language Research Development Group (LRDG) of Montreal, Quebec, as it is the only proprietary sole source provider, with a French language training licensed software solution "Pour l'amour du français", that satisfies the requirements described below and provides tutoring services and placement testing. The requirements include: 1. The licensed software solution must deliver, enable and support evaluation and training standards, which are in accordance with: Government of Canada, Treasury Board of Canada Secretariat Qualification Standards in relation to Official Languages. http://www.tbs-sct.gc.ca/gui/squn03-eng.asp#section3 2. The licensed software solution must deliver, enable and support the functionality to evaluate the user's language proficiency and start the training at the appropriate level based on the Government of Canada Qualification Standards. 3. The licensed software solution must include the delivery of Perpetual non-exclusive freely transferable software licenses for language training. 4. The licensed software solution must be based on Canadian-French and Canadian-English language training licensed software solution, and the software must deliver, enable and support the functionality for users to provide access to the training from home, a laptop and work desktop using multiple computing platforms and devices including mass storage device(s) without the requirement to connect to any outside server/website. Name and Address of the Pre-Identified Supplier: The only known supplier of a system meeting the technical specifications is Language Research Development Group, 1407 Saint Alexandre St., Montreal, Quebec. Canada. H3A 2G3. For this reason it is proposed to negotiate directly with them for this requirement. Single sourcing applies under the following: - GCR. Section 6d): Only one person is capable of performing the contract. - AIT, Article 506.12 b): Where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative substitute exists. - NAFTA, Article 1016.2 b): Where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. - WTO, Article XV (b): When, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. Delivery Date: The Contractor must deliver the licensed software solution and the documentation and all required methodologies no later than December 1, 2012. Period of the Contract: The contract will be for a period of two (2) years. PWGSC retains the right to extend the period of the Contract for up to three (3) additional one (1) year option periods. Delivery Date: 25/10/2012 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)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Abela, Aaron
- Phone
- (905) 615-2061 ( )
- Fax
- (905) 615-2060
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.