TZUNAMI DEPLOYER SOFTWARE FOR 3.0 T
Solicitation number 59017-110023/A
Publication date
Closing date and time 2012/03/21 14:00 EDT
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA Tendering Procedures: Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Tzunami Inc. 601 108th Avenue NE Suite 1900 Bellevue Washington United States 98004 Nature of Requirements: TZUNAMI DEPLOYER SOFTWARE FOR 3.0 TB REQUIREMENT: Public Works and Government Services Canada, on behalf of its client, Office of the Superintendent of Financial Institutions (OSFI), intends to enter into a contract with Tzunami Inc, Bellevue, Washington, USA, for the prupose of procurement of the following software licenses including maintenance and support services for one year, with options to renew the maintenance and support for additional 6 years: 1. Tzunami Deployer Software Licenses for 3.0 TB qty 1 2. Tzunami Re-Director Software for Licenses 3.0 TB qty 1 3. Annual Maintenance and Support for Tzunami Deployer (initial year plus 1 option year) 4. Annual Maintenance and Support for Tzunami Re-Director (initial year plus 6 option years) BACKGROUND: A request for information (RFI) was released on MERX by PWGSC in July 2011 to seek out interested firms that can provide a Commercial Off-The- Shelf (COTS) content migration solution that can meet OSFI's stated content migration business and technical requirements. As a result of the RFI, a technical assessment was performed of all bidders who respsonded. After the assessment was concluded, it was determined by the client that the Tzunami Inc. solution met and exceeded all of OSFI's business migration rules and technical requirements. MINIMUM ESSENTIAL REQUIREMENT (Mandatory) The Office of the Superintendent of Financial Institutions (OSFI) has a requirement to migrate the enterprise document contents from the Open Text Livelink 9.1.3 document management system to the target Microsoft SharePoint 2010 platform. The Content Migration Solution must meet the following requirements: 1. At the closing date of the Advance Contract Award Notice (ACAN), the Content Migration Solution must be available as a COTS product and have been formally released as ready to install software product with no customization required. 2. The Content Migration Solution must extract document content from the source Livelink system, specifically Livelink version 9.1.3 and the Microsoft SQL Server 2000 Enterprise database. 3. The Content Migration Solution must not alter OSFI's Livelink 9.1.3 configuration. Specifically, no modules are installed on the Livelink server configuration and no changes are required to the : a. Livelink Admin server configuration (opentext.ini file) b. Livelink content database c. Livelink external filestore 4. Core metadata values are automatically transferred from Livelink 9.1.3 (source) to the SharePoint 2010 (target), specifically core metadata values such as, a. Name (document name) b. Description c. Created By (Livelink user) d. Created (date / timestamp) e. Modified By (Livelink user) f. Modified (data / timestamp) g. Mime Type (document type) 5. The Content Migration Solution must perform the mapping of Livelink documents and transform the Livelink metadata to the specified SharePoint Content Type in OSFI EDRMS Solution by addressing the following scenarios: a. Process the Livelink content recursively from a starting folder. b. Map Livelink document metadata to a specific SharePoint content type and transform the required SharePoint columns based on user defined mapping rules. 6. Livelink documents with duplicate names are automatically transformed into a unique document name in the target SharePoint document library. 7. In Livelink, some Microsoft Office documents (.doc, .xls, .ppt) contain embedded hyperlinks to other documents stored in the Livelink repository. As part of the migration activity, provide a method to automatically convert any embedded Livelink hyperlinks to the migrated document's new document URL in SharePoint without editing or altering the contents of the original Livelink document. After migration, the mapping or transfolination of the Livelink hyperlink must reference the target document's new URL in the SharePoint library. 8. For available Livelink Category / Attribute information (metadata) for a given Livelink document, map and transform the Livelink attribute's value to the identified Content Type column in SharePoint a. The Content Migration Solution must not modify or add columns to the predefined content type definitions in the EDRMS solution when mapping Livelink Category / Attribute information to SharePoint b. The Content Migration Solution must distinguish between Livelink Category versions and allow a specific Category version and its Attribute values to be mapped or skipped 9. The Content Migration Solution must provide a detailed audit trail of the migration activity with detected migration errors. 10. The Content Migration Solution must provide the ability to save and preserve migration audit trails for future access and reference after the migration activity is complete. Tzunami Inc is the only known vendor that can meet all the above mandatory requirements. Tzunami Inc. Is the Software Publisher of the required software products and is the only vendor that can satisfy the requirements for the reason of exclusive and proprietary rights. 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. Annex 4.4 articles 506.12(a) and 506.12(b) of AFT are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative, and 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. Articles 1016.2(b) and 1016.2(d) of NAFTA are 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, for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of inter changeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter, respectively. Articles XV(b) and XV(d) of WTO-AGP are 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, and for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installations, or as the extension of existing supplies, services, or installations where a change of supplier would compel the entity to procure equipment or services not meeting requirements of inter changeability with already existing equipment or Services, respectively. 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 PERIOD OF CONTRACT All deliverables mentioned in the Requirement shall be delivered within 10 days. You are hereby notified that the government intends to solicit a bid and negotiate with one firm only as identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen 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. 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 requirement. The requirement is subject to the provisions of the World Trade organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT). The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. Peter Gabriel Supply Specialist Software Licensing Public Works and Government Services Canada (PWGSC) 4C1, Place du Portage Phase III 11 Laurier St. Gatineau, Quebec K1A 0S5 (819) 956-7566 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
- Gabriel, Peter
- Phone
- (819) 956-7566 ( )
- Fax
- (819) 953-3703
- Address
-
4C1, Place du Portage Phase III
11 Laurier St./11, rue LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert StreetOttawa, Ontario, K1A0H2Canada
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.