Network and Applications Performance Analysis System

Solicitation number EN869-122636/A

Publication date

Closing date and time 2012/03/22 15:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: 
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    1.  SUMMARY
    Shared Services Canada (SSC) has a requirement to procure a
    Network and Application Performance Analysis System (NAPAS) for
    their Data Centres. This initiative is part  of the Department's
    Evergreen Program and will be used to monitor network and
    application performance of software applications that are
    deployed across the SSC Network. Users will be able to monitor
    network flow data and utilize deep packet inspections to
    streamline the troubleshooting of some of the toughest network
    problems by utilizing a unique top-down, KPI-to-Flow-to-Packet
    approach. The solution is comprised of commercial hardware and
    software products, maintenance and support services. 
    It is intended to result in the award of a contract for 1 year.
    The requirement is subject to a preference for Canadian goods
    and/or services. 
    This procurement is set aside for Aboriginal Business under the
    federal government's Set-Aside Program for Aboriginal Business.
    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), AIT does not apply to this procurement
    2. BACKGROUND 
    The Network Management Connectivity Services Section of Shared 
    Services Canada has been tasked with monitoring, troubleshooting
    and reporting on all network-related degradations and latencies.
     This Section comprises of a resource pool of subject matter
    experts (SMEs) in a wide range of network technologies.  The
    purpose of developing this in house expertise was to establish a
    working group with a high level of understanding of network
    standards, protocols and technologies; this group plays a major
    support role to projects and Life Cycle Management (LCMM)
    groups.  
    
    This SOW specifies the requirements for the technology and
    services required in support of the Network Management
    Connectivity Services' ongoing operations.
    3. OBJECTIVES
    
    The Network Management Connectivity Services objectives are to:
    
    ·	validate requirements for next generation technologies for the
    Department;
    
    ·	develop experience and a knowledge base in such areas as
    IPv4/IPv6, QoS, VOIP, WLAN (802.11), and Unified Communications;
    
    ·	test and validate proposed infrastructure changes to the
    Department; 
    
    ·	provide bandwidth and protocol analysis services to various
    departmental Projects;
    
    ·	measure the performance of WAN, MAN and LAN traffic;
    
    ·	provide Level 3 engineering support on network issues such as
    analysing network specific problems and proposing solutions; and
    
    ·	provide assistance with integrating network technologies into
    project architectures.
    
    
    4. SCOPE OF THE WORK
    
    The Contractor must deliver a Network and Application
    Performance Analysis System (NAPAS) that achieves the objectives
    stated in Section 3. 
    
    
    The system must capture, monitor, analyze, troubleshoot and
    report on applications' functionalities, scalabilities and
    performance, thereby reducing downtime.
    
    SSC requires the functionality to provide real-time analysis and
    historical reporting on the network and application performance
    in the network environment so as to diagnose root cause of
    business critical application degradations quickly, reducing
    mean time to resolution.
    
    5. DELIVERY DATE
    All the deliverables must be received on or before March 31st
    2012.
    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

    • No trade agreements are applicable to this solicitation process

    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
    Knowles, Jason
    Phone
    (819) 956-1418 ( )
    Fax
    (819) 956-8303
    Address
    12C1, Place du Portage Phase III
    11 Laurier St./11, rue Laurier
    Gatineau, Québec, K1A 0S5

    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

    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
    2
    001
    French
    0
    001
    English
    1
    000
    English
    6

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    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: