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)
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
- Beaudoin, Michael
- Phone
- (819) 956-0995 ( )
- Fax
- (819) 953-3703
- Address
-
4C1, Place du Portage Phase III
11 Laurier St./11, rue LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Department of Finance
- Address
-
90 Elgin StreetOttawa, Ontario, K1A0G5Canada
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.