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)

    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
    Gabriel, Peter
    Phone
    (819) 956-7566 ( )
    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
    Office of the Superintendent of Financial Institutions
    Address
    255 Albert Street
    Ottawa, Ontario, K1A0H2
    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    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: