VESSEL PLANNING & CREWING SOFTWARE

Solicitation number F7055-120002/B

Publication date

Closing date and time 2013/01/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    VESSEL PLANNING & CREWING SOFTWARE
    
    This bid solicitation is being issued to satisfy the requirement
    of the Department of Fisheries and Oceans Canada (DFO) -
    Canadian Coast Guard Fleet Directorate (the "Client") for Vessel
    Planning and Crewing Planning Software. It may result in the
    award of a contract for 1 year, plus  five (5) one-year
    irrevocable options allowing Canada to extend the term of the
    contract.
    The Software Solution is required to include:
    1.) Licensed software that is licensed on a perpetual basis;
    2.) Warranty; 
    3.) Maintenance and support services;
    4.) Professional services for the fixed price detailed
    architectural design and analysis;
    5) Professional services for the extension of the product for
    CCG business requirements; and,
    6.) Knowledge transfer and training.
    
    Canadian Coast Guard (CCG) wishes to solicit bids for the
    provision of a Commercial Off-the-Shelf computer application to
    replace the vessel planning functions of the current application
    (MariTime). The contract is expected to be initial year plus
    five one-year renewable option years for core product support.
    There will be a parallel project to determine the feasibility of
    integrating the human resource functionality into PeopleSoft
    therefore the inclusion of this functionality will not form part
    of the Statement of Requirements for this RFP. The suppliers
    will be asked to propose a solution requiring no more than 15%
    extension to meet unique CCG business rules and that those
    extensions will be maintained by CCG employees. The proposed
    supplier will be required to meet a variety of mandatory
    requirements both in terms of the operation and technical make
    up of the application but also with regard to the proposed
    supplier's ability to show that they are a going concern and can
    reasonably demonstrate the ability to provide on-going support
    over the term of the contract and option years. Before a
    contract is awarded, the company must pass a "Proof of Proposal"
    where they will demonstrate that their proposed solution meets a
    randomly selected subset (to a maximum of three) of the
    mandatory requirements. The contract will be fixed price and
    delivered within 12 months of contract award. The contract will
    have a minimum of one "go - no go" points where senior
    management will assess the progress of the project and have the
    option of proceeding with the remainder of the project or
    exercise the option to cancel the project outright with no
    further financial obligation to the Crown. The CCG may also opt
    for an iterative deployment of the functionality over several
    years.
    
    It is expected that the services provided under this requirement
    will be subject to both NAFTA and WTO-AGP trade agreements as
    well as a formal risk assessment of the procurement will be
    undertaken in advance of solicitation and PRC approval will be
    sought.
    
    See REQUEST FOR PROPOSAL for further details.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.
    
    Peter Gabriel
    4C1- #24, Place du Portage Phase III
    11 Laurier Street
    Gatineau, Quebec
    K1A 0S5
    Tel: (819) 956-7566
    Fax: (819) 953-3703
    Email: peter.gabriel@tpsgc-pwgsc.gc.ca
    
    
    
    Delivery Date: Above-mentioned
    
    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    2
    000
    English
    19
    002
    English
    1
    000
    French
    5
    002
    French
    1
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    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
    ,
    Yukon
    ,
    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: