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)
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
- Beaton(tss div), Michelle
- Phone
- (819) 956-5847 ( )
- Fax
- (819) 953-3703
- Address
-
5C2, Place du Portage, Phase III
11 Laurier StreetGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK_TSS.B003.F23769.EBSU000.PDF | 000 |
French
|
3 | |
ABES.PROD.BK_TSS.B003.E23769.EBSU000.PDF | 000 |
English
|
11 |
Access the Getting started page for details on how to bid, and more.