Correspondence Tracking System Solution

Solicitation number 60074-110282/A

Publication date

Closing date and time 2012/03/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    WorkDynamics Technologies Inc.
    50 Hines Road, Suite 220
    Kanata Ontario
    Canada
    K2K2M5
    Nature of Requirements: 
    Department of Finance (DOF) ccmEnterprise 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.
    
    
    REQUIREMENTS:
    
    Department of Finance (DOF) is required to respond to thousands
    of requests and correspondence, both written and electronic,
    throughout any given year. In order to respond in an efficient
    and timely manner, it is necessary to track these documents from
    receipt to response. The Department of Finance also exchanges
    information associated with correspondence requests with other
    government departments and agencies as part of the process as
    and when required.
    
    
    CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES 
    
    Minimum Essential Requirements
    
    The proposed Correspondence Tracking System Solution must be a
    workflow tracking engine that allows users to track all
    activities surrounding a particular document, quickly and
    easily.  It must provide a graphical interface that allows users
    to see, at a glance, the current status of the record, including
    all past, present and future activities, which make up a
    workflow. The Correspondence Tracking System Solution's client
    software is to strike a balance between the flexibility needed
    to handle a broad range of tracking scenarios and the simplicity
    users need to be most productive. The software also needs to
    provide usability features that save time and keystrokes for
    entering new records, assigning routing templates and running
    searches or reports.
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements:
    
    1.	The proposed Correspondence Tracking System Solution must be
    a Commercial off-the-Shelf (COTS) solution.
    
    2.	The proposed Correspondence Tracking System Solution must
    enable and support the interdepartmental sharing of
    correspondence information between DOF and the Office of the
    Superintendent of Financial Institutions, Justice Canada,
    Foreign Affairs and International Trade Canada, Public Service
    Commission of Canada and the Office of the Auditor General of
    Canada.  ccmMercury and ccmEnterprise applications are currently
    installed and fully operational in the technical environment of
    these departments. The ccmEnterprise product is the only
    solution that will allow DOF to support connectivity,
    inter-operability and integration to and from the departmental
    technical environments and allow a seamless exchange of
    information.
    
    3.	The proposed Correspondence Tracking System Solution must
    integrate with the RDIMS components, such as; LiveLink ECM for
    assigning file classification codes to attachments.
    
    4.	The proposed Correspondence Tracking System Solution must
    integrate with the Microsoft SharePoint for managing file
    attachments.
    
    5.	The proposed Correspondence Tracking System Solution must
    deliver all functionality provided in a multilingual interface
    (Canadian English and Canadian French) both electronically and
    via paper outputs.
    
    6.	The proposed Correspondence Tracking System Solution must
    provide Integration with Windows Active Directory to enhance
    application security while improving administration efficiencies.
    
    7.	The proposed Correspondence Tracking System Solution must
    support adding and e-mailing attachments (ie: Word documents as
    well as URLs) and it must also maintain version control of all
    attachments.
    
    8.	The proposed Correspondence Tracking System Solution must
    provide a built-in enhanced and detailed audit trail that logs
    user and data access activity in support of traceability and
    data security.
    
    9.	The proposed Correspondence Tracking System Solution must
    provide streamlining configuration sets, such as Application
    Templates, Labels, Pick Lists and Validation rules for improved
    efficiency and standardization.
    
    10.	The conditions of the developer's shrink-wrap license are
    not acceptable to the Crown. This software is proprietary, and
    the proposed Contractor must have the authority to negotiate the
    terms and conditions of the contract and the related software
    licensing terms including, but not limited to; limitation of
    liability, indemnification, transferability of license,
    termination/refund to the Crown.
    
    
    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)
    
    JUSTIFICATION FOR THE PRE INDENTIFIED SUPPLIER
    
    ccmEnterprise is a commercial off-the-shelf Correspondence
    Tracking System Solution that supports connectivity and
    integration to DOF's technical environment without any
    additional configuration.  ccmEnterprise is such a Software
    Solution.  It has been designed and developed by WorkDynamics to
    respond to Government of Canada (GOC) executive correspondence
    management requirements.  ccmEnterprise will provide
    efficiencies to DOF's existing processes by automatically
    routing correspondence, requests for action, approvals, etc. to
    a single person, a group of people, or designated alternates. 
    ccmEnterprise integrates with DOF's Windows Server 2008 server
    infrastructure and  Outlook Exchange to send e-mail
    notifications of impending or missed deadlines. ccmEnterprise
    will provide managers, support staff and the departmental
    correspondence unit with automated and essential tools to
    identify historical trends, process inefficiencies, as well as
    provide the Minister of Finance and Minister of State (Finance)
    offices with up to the minute statuses of ministerial
    correspondence. ccmEnterprise provides users with the ability to
    perform extensive configuration capabilities that give it the
    flexibility to handle virtually any type of information and
    adapt to evolving business processes - without requiring special
    technical assistance. ccmEnterprise meets all of DOF's
    technological and regulatory requirements.
    
    
    
    
    
    
    
    
    
    ccmEnterprise is the only software solution that can maintain
    the seamless inter-operability of information between the Office
    of the Superintendent of Financial Institutions, Justice Canada,
    Foreign Affairs and International Trade Canada, Public Service
    Commission of Canada and the Office of the Auditor General of
    Canada to support efficient and improved delivery of services
    between the organizations. ccmEnterprise includes ccmExchange
    connectivity software that will enable DOF to securely exchange 
    information (records) between aforementioned departments
    (clients) using ccmMercury and ccmEnterprise applications. 
    ccmEnterprise is the only product available to that will enable
    this required connectivity.
    
    The ccmEnterprise product suite is the only solution that will
    allow DOF to support connectivity, inter-operability and
    integration to and from the technical environments and allow a
    seamless exchange of information.
    
    WorkDynamics Technologies Inc. is the owner of proprietary
    rights of the ccmEnterprise software, and is the only company
    that can provide and deliver the goods and maintain the 
    
    
    GOVERNMENT CONTRACTS REGULATIONS EXCEPTIONS
    
    Section 6 of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    
    EXCLUSIONS AND LIMTED TENDERING REASONS
    
    Annex 4.4 article 506.12(b) of the AIT is applicable on the
    basis of limited tendering 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, respectively.
    
    Article 1016.2(b) of NAFTA is applicable on the basis of limited
    tendering due to reasons 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.
    
    Article XV(b) of the WTO-AGP is applicable on the basis of
    limited tendering due to reasons 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.
    
    OWNERSHIP OF INTELECTUAL PROPERTY
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    
    
    PERIOD OF PROPOSED CONTRACT:
    
    All deliverables mentioned in the Requirement shall be delivered
    within 10 days. 
    
    The Contractor shall deliver the Licensed Software and the
    documentation within ten (10) working days after the date of
    Contract Award.  The maintenance and support services shall be
    for a period of one year commencing upon acceptance of the
    software. The contract will also have four (4) option years to
    renew the Maintenance and Support Services and to increase the
    scope of the Licenses including associated Maintenance and
    Support Services.
    
    NAME AND ADDRESS OF OTHE PRE-IDENTIFIED SUPPLIER
    
    WorkDynamics Technologies Inc, Kanata, Ontario, Canada.
    
    
    SUPPLIER'S 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.
    
    The statement of capabilities must clearly demonstrate how the
    supplier meets the advertised requirements.
    
    Documents may be submitted in either official language of Canada.
    
    INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Michael Beaudoin
    Contracting Officer / Agent de Contract
    Direction de l'acquisition de logiciels et de système partagés |
    Software and Shared Systems Procurement Directorate  
    Direction générale des approvisionnements | Acquisitions Branch
    Travaux publics et Services gouvernementaux Canada | Public
    Works and Government Services Canada
    11, rue Laurier, Gatineau (QC) K1A 0S5 (Phase III, 4C1) | 11
    Laurier Street, Gatineau, QC K1A 0S5 Phase III, 4C1)
    michael.beaudoin@pwgsc.gc.ca
    Téléphone | Telephone  (819) 956-0995
    Télécopieur | Facsimile (819) 953-3703
    
    
    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
    Beaudoin, Michael
    Phone
    (819) 956-0995 ( )
    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
    Department of Finance
    Address
    90 Elgin Street
    Ottawa, Ontario, K1A0G5
    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: