Multimedia Network Convergence RFI#2

Solicitation number M9010-091080/B

Publication date

Closing date and time 2012/03/02 14:00 EST


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Multimedia Network Convergence Equipment and Support Services
    for Royal Canadian Mounted Police (RCMP)
    
    
    This is a Request for Information (RFI) pertaining to the Royal
    Canadian Mounted Police (RCMP) Multimedia Network Convergence
    Equipment and Support Services solicitation. 
    The original solicitation was issued on 9 September 2011 under
    No. M9010-091080/A. As a result of industry concerns petaining
    to a potential Conflict of Interest, PWGSC outlined its next
    steps on 16 November 2011 which included converting
    M9010-091080/A to RFI#1 and a review by a Third Party, ADGA
    Group Consultants Inc. which was communicated to industry on 14
    December 2011. In prepartion to re-issue the solicitation, this
    publication provides industry a DRAFT RFSO as well as a table
    highlighting the revisions. This RFI is issued for information
    purposes only.
    
    The resulting Request for Standing Offer (RFSO) which is
    anticipated to be published in mid-March 2012 will be to satisfy
    a requirement for the supply of networking and Internet Protocol
    (IP) products as well as related IT professional services to
    augment, enhance, and in some cases replace existing equipment,
    with the primary goal of migrating RCMP multimedia (radio, voice
    and video) onto the existing RCMP IP data network. The IT
    professional services will provide the RCMP with specialized
    assistance in the design and planning required to support the
    RCMP's convergence project on a national scale.  
    
    The multimedia services being migrated include: 
    
    a) Voice over IP;
    b) Voice messaging over the IP Network; 
    c) Call center deployment of VoIP;
    d) Radio over IP;
    e) Emergency services;
    f) Remote monitoring networks;
    g) Wireless LAN and bridging; and
    h) Video over IP for surveillance and for conferencing. 
    
    The required equipment Device Categories are: 
    
    a) Access Routers;
    b) Data Centre Bridging;
    c) Voice over IP; 
    d) Radio over IP;
    e) IP Video Monitoring;
    f) IP Video Conferencing;
    g) Wireless LAN; and
    h) Wireless IDS/IPS.
    
    The technical specifications for the products in these Device
    Categories are described in Annex A (Requirement) and Offerors
    must offer products in all these categories that meet all the
    mandatory requirements.
    
    Offerors are not required to be the Original Equipment
    Manufacturer (OEM) of any products to submit an offer, but for
    any given Device Category, it is mandatory that all the
    equipment proposed come from a single OEM. 
    
    In addition to these Device Categories, there are certain
    components that the RCMP requires for existing Cisco devices
    already owned by the RCMP. Offerors must offer either these
    Cisco components or propose an equivalent substitute, which the
    Offeror must demonstrate is equivalent in accordance with the
    provisions of this RFSO.
    
    The required professional services categories are: 
    
    a) Network Architect;
    b) Network Project Manager; and
    c) OEM Product Specialist.
    
    The requirement is subject to a preference for Canadian services.
    
    Canada will seek to select the offer which represents overall
    best value to Canada, established through the combined rating of
    technical merit and price. The selection of the Offeror will be
    determined on the basis of a 25% and 75% split between the
    technical and price components respectively. The offer with the
    highest combined rating score will be considered as the offer
    representing the best value.  
    
    To be considered, Offers must meet all the mandatory evaluation
    criteria. The rated evaluation criteria focus on Offeror
    experience with Original Equipment Manufacturers and product
    functionality in other end-user environments.
     
    The financial offers must contain equipment prices from
    Published Price Lists (PPLs) and per diem rates for services,
    and also include a minimum/floor discount rate for the total
    Standing Offer Period, which will be applied to the PPL pricing
    each time a Call-up is made.  The financial evaluation will be
    based on the aggregate offer prices for all products and
    services as detailed in the RFSO. 
    
    The evaluation process may result in the issuance of one
    Standing Offer or none, at the discretion of Canada. If a
    Standing Offer is issued, it will be for a period of three years
    from Canada's date of authorization, with the option for Canada
    to extend for three additional one-year periods.
    
    There is a security requirement associated with this
    requirement. The Standing Offeror must hold a valid Designated
    Organization Screening and personnel will require appropriate
    RCMP clearance. The full security requirements are noted in the
    document.  For additional information, consult Part 4 -
    Evaluation Procedures and Basis of Selection, and Part 6A -
    Resulting Standing Offer Clauses. Offerors should consult the
    "Security Requirement for PWGSC Bid Solicitations - Instructions
    for Bidders"
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31)
    document on the Departmental Standard Procurement Documents Web
    site.
    
    This procurement is set aside under the federal government's
    Procurement Strategy for Aboriginal Business, as detailed in
    Annex 9.4 - Requirements for the Set-aside Program for
    Aboriginal Business, of the Supply Manual.  
    
    This procurement is set aside from the international trade
    agreements under the provision each has for set-asides for small
    and minority businesses. 
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), the AIT does not apply to this procurement.
    
    This procurement is included in the "RCMP National Procurement
    Plan Fiscal Year 2010-2011"
    (http://www.rcmp-grc.gc.ca/pubs/cm-gg/index-eng.htm).
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Beaton(tss div), Michelle
    Phone
    (819) 956-5847 ( )
    Fax
    (819) 953-3703
    Address
    5C2, Place du Portage, Phase III
    11 Laurier Street
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    3
    000
    English
    11

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)

    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: