SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Volunteer Management Solution

Solicitation number 5P041-120584/A

Publication date

Closing date and time 2013/05/07 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Affirmative Communications Inc
    108-3325 North Service Road
    Burlington Ontario
    Canada
    L7N3G2
    Nature of Requirements: 
    
    
    5P041-120584/A
    Wong, Vincent
    Telephone No. - (819) 956-3769
    Fax No. - (819) 953-3703
    
    
    ADVANCED CONTRACT AWARD NOTICE (ACAN)
    VOLUNTEER MANAGEMENT SOLUTION
    
    
    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 Parks Canada Agency (Parks Canada) has a requirement for the
    supply of an online volunteer management solution with an
    electronic database to support their National Volunteer Program.
    The solution and all its components must be available in both
    official languages (English and French), unless otherwise
    specified, in accordance with the Official Languages Act; must
    meet all mandatory performance and minimum essential
    requirements stated below; and include initial set-up and
    training.
    
    This requirement also includes optional services: programming
    for bilingual language requirements and Government of Canada
    Credential Federation (GCCF) integration, ongoing maintenance
    and support services for optional periods, and other
    customization programming on an as and when required basis.
    
    
    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 solution meets the following
    requirements:
    
    3.1	General Requirements
    
    The solution must conform to and be compliant with the current
    Government of Canada Standard on Web Accessibility;
    Any Public Facing Website of the solution must conform to and be
    compliant with the current Government of Canada Standard on Web
    Usability;
    All products and services delivered must be in both Official
    Languages (English and French), unless otherwise specified, in
    accordance with the Official Languages Act;
    The Contractor must ensure that all databases and servers
    containing any information related to the Work are located in
    Canada. The Contractor must not be subject to any laws that
    allow a government or any other entity or person to seek or to
    obtain the right to view or copy any information relating to the
    Contract without first obtaining the Contracting Authority's
    written consent;
    The Contractor must control access to all databases and servers
    on which any data relating to the Contract is stored so that
    only individuals with the appropriate security clearance are
    able to access the database, either by using a password or other
    form of access control (such as biometric controls);
    The Contractor must ensure that all databases and servers on
    which any data relating to the Contract is stored are physically
    and logically independent (meaning there is no direct or
    indirect connection of any kind) from all other databases or
    servers;
    The Contractor must ensure that all data relating to the
    Contract is processed only in Canada;
    The Contractor must ensure that all domestic network traffic
    (meaning traffic or transmissions initiated in one part of
    Canada to a destination or individual located in another part of
    Canada) is routed exclusively through Canada; and 
    Despite any section of the General Conditions relating to
    subcontracting, the Contractor must not subcontract (including
    to an affiliate) any function that involves providing a
    subcontractor with access to any data relating to the Contract
    unless the Contracting Authority first consents in writing.
    
    3.2	Technical Requirements - Training Environment
    
    For the period of the Contract, access to a Training Environment
    for the entire solution must be provided to Parks Canada for
    staff training purposes. The Training Environment must be
    delivered no later than 30 days prior to scheduled commencement
    of User Acceptance Testing (UAT);
    The Training Environment must have an uptime of 99 % calculated
    monthly excluding maintenance windows;
    The Training Environment must support a minimum of 20 Concurrent
    Users;
    The Training Environment must not contain any designated data
    from Production (i.e., volunteer data); The Training Environment
    must include any required fictitious volunteer data; and
    The Training Environment must remain current with the Production
    version of the solution, unless upon request from Parks Canada
    when providing training prior to the release of a newer version
    of the solution.
    
    3.3	Technical Requirements - Production Environment
    
    A Production Environment for the entire solution must be
    provided for the period of the Contract to Parks Canada and the
    public. The Production Environment must be delivered no later
    than 30 days prior to scheduled Production Launch;
    The Production Environment must have an uptime of 99.9%
    calculated monthly excluding maintenance windows; and
    The Production Environment must support a minimum of 100
    Concurrent Users.
    
    3.4	Technical Requirements - Support
    
    A Help Desk service must be provided for the period of the
    Contract to Parks Canada users. The help desk must be the first
    point of contact for reporting solution bugs and issues. The
    help desk must be reachable by telephone and e-mail;
    An Electronic Ticketing/Issue Tracking System for tracking
    issues reported to the Help Desk and for providing technical web
    support services must be provided for the period of the contract
    to Parks Canada users;
    Access to the Help Desk ticketing/issue tracking system must be
    provided to approved Parks Canada users. Parks Canada users must
    have the ability to enter, view, update and close any and all
    tickets related to the provided solution via the web; and
    Help Desk services must be accessible by phone and e-mail and be
    in operation from 7:00am to 7:00pm EST/EDT, 7 days a week.
    
    3.5	Technical Requirements - Web Browser Support 
    
    For the period of the Contract, the solution must be fully
    compatible and interoperate with the latest version the
    following web browsers: Internet Explorer, Firefox, and Google
    Chrome.
    
    3.6	Technical Requirements - Electronic Credential Management
    Services
    
    The solution must integrate and use GC Access Key and the
    Commercial Credential Broker as the only Electronic Credential
    Management services and must ensure compliance with the
    requirements of Shared Services Canada when transitioning to
    Production; and
    For the period of the Contract, a Chooser Screen must be created
    and maintained for use with the solution.
    
    3.7	Compatibility with Parks Canada's Technical Environment
    
    The solution must, at a minimum, be interoperable and compatible
    with the Parks Canada technical environment of desktops and
    laptops:
    
    Intel P4 1.5Mhz 1GB RAM (minimum)
    Windows XP - SP3
    McAfee VirusScan 8.5
    Internet Explorer 7.0 
    Microsoft Office Professional 2007
    Lotus Notes Client 8.5
    Adobe Reader 9.0
    
    3.8	Solution Features
    
    The solution must:
    
    Allow for the design and use of online forms to collect
    information from users;
    Allow for the design and administrator assignment of user-based
    roles, profiles and access rights;
    Allow users the option to make changes to their profile
    information, preferences and to sign-up, as an individual or as
    a group, to listed events or projects;
    Allow user profiles and records to be generated in an online
    report, including tracking of all user statistics, their input
    information and preferences;
    Include a querying and reporting wizard/function for ad hoc and
    canned reports. The solution must be able to match volunteers
    with criteria about skills and availability;
    Allow for the creation of events and projects to be listed and
    available for user sign-up. Event and project information must
    be alterable based on user-roles and access rights;
    Allow for the uploading and download documents of any type and
    size;
    Include e-mail notification services and the option of
    signing-up or opting out; and
    Have bilingual labels (not a single label that has bilingual
    text).
    
    3.9	Solution Report Generation
    
    The solution must include reporting capability to compute:
    
    Number of unique volunteers per year;
    Number of volunteers compiled from volunteer projects;
    Number of year/hours volunteered per year;
    Number of volunteers per age categories;
    Number of hours volunteered per year compiled from volunteer
    projects;
    Number of hours volunteered per year in high-risk activities
    compiled from volunteer projects;
    Risk management assessment and procedures in place;
    Postal codes - list volunteers by postal code;
    Type of volunteer projects undertaken at the parks and sites
    across Canada (from the drop list);
    Agreement for use of images and photos of volunteers for Parks
    Canada communication purpose; and
    Mailing list and labels for opinion research.
    
    
    4.	Security Requirements
    
    The Contractor must, at all times during the performance of the
    Contract, hold a valid Designated Organization Screening (DOS)
    with approved Document Safeguarding at the level of PROTECTED B,
    issued by the Canadian Industrial Security Directorate, Public
    Works and Government Services Canada.
    
    The Contractor personnel requiring access to PROTECTED
    information, assets or work site(s) must each hold a valid
    RELIABILITY STATUS, granted or approved by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC). 
    
    The Contractor must not utilize its Information Technology
    systems to electronically process, produce or store PROTECTED
    information until the CISD/PWGSC has issued written approval. 
    After approval has been granted or approved, these tasks may be
    per-formed at the level of PROTECTED B.
    
    Subcontracts which contain security requirements are not to be
    awarded without the prior written permission of CISD/PWGSC.
    
    The Contractor must comply with the provisions of the:
    	(a) 	Security Requirements Check List and security guide (if
    applicable);
    	(b) 	Industrial Security Manual (Latest Edition)
    
    
    5.	Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreements:
    
    Agreement on Internal Trade (AIT)
    North American Free Trade Agreement (NAFTA)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    
    
    6.	Justification for the Pre-Identified Supplier
    
    Affirmative Communications Inc. (operating as "Volunteer
    Squared") is the only known supplier of an online software
    solution (Volunteer Impact) that is available in both official
    languages (English and French) and meets all mandatory
    performance and minimum essential requirements.
    
    
    7.	Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the work".
    
    
    8.	Exclusions and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are
    invoked under the section of the trade agreements specified:
    
    Agreement on Internal Trade (AIT) - Article 506 paragraph 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 or substitute exists"
    
    North American Free Trade Agreement (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"
    
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) - Article XV 1.(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"
    
    
    9.	Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    10.	Period of the Proposed Contract and Deliverables
    
    The proposed Contract is for a period of 1 year from date of
    Contract Award. 
    
    The proposed Contract includes options to extend the contract
    period for up to an additional seven, one-year periods.
    
    10.1	Mandatory Deliverables
    
    Complete installation of the solution and the training
    environment ready for internal, non-public use must occur within
    30 days of the date of Contract Award.
    Personalization and branding of all Parks Canada corporate
    logos, Common Look standards into the solution, meeting all
    minimum language and technical standards, must occur within 45
    days of the date of Contract Award.
    Maintenance and support services for the duration of the
    contract period
    
    10.2	Optional Deliverables
    
    This requirement also includes optional services: programming
    for bilingual language requirements and Government of Canada
    Credential Federation (GCCF) integration, ongoing maintenance
    and support services for optional periods, and other
    customization programming on an as and when required basis.
    
    
    11.	Name and address of the pre-identified supplier
    
    Affirmative Communications Inc., operating as Volunteer Squared
    108-3325 North Service Road
    Burlington, Ontario  L7N 3G2
    
    
    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 May 7, 2013 at 2:00 p.m. EDT.
    
    
    14.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Vincent Wong
    Software and Shared Systems Procurement Directorate
    Public Works and Government Services Canada
    Place du Portage III, 4C1
    11 rue Laurier, Gatineau (Québec)  K1A 0S5
    
    Telephone: (819) 956-3769
    Facsimile: (819) 953-3703
    E-mail: Vincent.Wong@tpsgc-pwgsc.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.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Wong, Vincent
    Phone
    (819) 956-3769 ( )
    Fax
    (819) 953-3703
    Address
    4C1, Place du Portage Phase III
    11 Laurier St./11, rue Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Parks Canada
    Address
    30 Victoria Street
    Gatineau, Quebec, J8X 0B3
    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
    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: