Contract Assembly System

Solicitation number EN578-221959/A

Publication date

Closing date and time 2021/12/31 14:00 EST


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    KMStandards LLC
    205 N. Michigan Avenue
    Suite 810
    Chicago Illinois
    United States
    60601
    Nature of Requirements: 
    
    Contract Assembly System
    
    EN578-221959/A
    Martin, Lesley
    Telephone No. - (416) 275-7110 (    )
    
    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 Department of Public Services and Procurement Canada (PSPC) has a requirement for a contract assembly system.  The system will seamlessly interface with a Microsoft Add-in module for procurement officers to securely assemble and customize procurement documents for the full range of bid types and procurement contracts in both French and English, guided by an expert assembly wizard and online help. The assembly wizard will incorporate a modernized library of templates and clauses based on Canada’s Standard Acquisition Clauses and Conditions (SACC) Manual.  
    
    This software will be accessible for up to 5000 users in various federal departments and agencies.
    
    Canada is not seeking a procure to pay system or a contract lifecycle management application.  
    
    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:
    
    - The software must provide the following procurement document assembly features: 
    
    o Microsoft Word Add-in module that is capable of integrating with PSPC’s modernized structure and clause library; 
    o Wizard tool with an extensible set of configuration options; 
    o Reassembly capability: 1) to change wizard selections after building and editing a document, and 2) to inform the user of the changes required to rebuild the document (namely, the clauses that will be added or removed) based on new selections; 
    o Integrated clause library outline: to adjust clauses in the assembled document in accordance with the wizard selection which allows users to select and insert or replace the appropriate clauses in the document fully formatted and automatically numbered; 
    o Search function to allow users to automatically locate and highlight the selected clause within the document; and
    o English or French assembly and automatic generation of a matching document in the other language. 
    o Administrative platform to manage its modernized procurement clause library
    o Provides a hierarchically integrated clause framework that is extendable in a single structure and without duplication of content.
    o Intelligent integration which maintains clauses in a central location and links clauses in procurement documents at its appropriate location, based on the clause attributes.  
    o Software must be able to update and maintain the clause library in a repository by maintaining only one version of each clause for acquisition specific requirements.
    
    - The system must be installed on, and must adhere to Canada’s controlled systems and networks. 
    
    - Software is capable of integrating with PSPC’s SAP/Ariba procurement system within an Excel format as defined by SAP Ariba.
    
    - Must allow Canada to purchase all system related source code
    
    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)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    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)
    o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    o Canada-Ukraine Free Trade Agreement (CUFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    The only known supplier meeting the specifications required is KMStandards Corporation.  For this reason it is proposed to negotiate directly with them for this requirement.
    
    6. 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”.
    
    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(s) 513, b, iii
    o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) XIII, 1.b
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article(s) 19.12, 1.b
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article(s) 15.10, 2.b
    o Canada-Chile Free Trade Agreement (CCFTA) - Article(s) Kbis-09, 1.b
    o Canada-Colombia Free Trade Agreement - Article(s) 1409, 1.b 
    o Canada-Honduras Free Trade Agreement - Article(s) 17.11, 2.b 
    o Canada-Korea Free Trade Agreement - Article(s) 14.3
    o Canada-Panama Free Trade Agreement - Article(s) 16.10, 1.b
    o Canada-Peru Free Trade Agreement (CPFTA) - Article(s) 1409, 1.b
    o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) - Article(s) 19.12, 1.b
    o Canada-Ukraine Free Trade Agreement (CUFTA) - Article(s) 10.13, 1.b
    
    8. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date
    
    The system must be delivered on or before February 1, 2022.
    
    The proposed contract is for a period of approximately 1 year and three months, from Contract award to March 31, 2023 with four one-year option periods to extend to March 31, 2027.Cost estimate of the proposed contract
    
    10. Cost estimate of the proposed contract
    
    The estimated value of the contract, including option(s), is $13,912,500 USD (GST/HST extra).
    
    11. Name and address of the pre-identified supplier
    
    KMStandards Corporation
    205 N. Michigan Ave, Suite 810, 
    Chicago, IL 60601
    
    12. 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.
    
    13. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is December 31, 2021 at 2:00 p.m. EST.
    
    14. Inquiries and submission of statements of capabilities  
    
    Inquiries and statements of capabilities are to be directed to:
    
    Lesley Martin
    Telephone: 416-275-7110
    E-mail: Lesley.Martin2@pwgsc-tpsgc.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.

    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:

    • Additional Deliveries

    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
    Martin, Lesley
    Phone
    (416) 275-7110 ( )
    Email
    lesley.martin2@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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: