Canada - Buyandsell.gc.ca

Transcription

Canada - Buyandsell.gc.ca
Public Works and Government Services
Canada
Travaux publics et Services
gouvernementaux Canada
1
1
RETURN BIDS TO:
RETOURNER LES SOUMISSIONS À:
Title - Sujet
Réception des soumissions - TPSGC / Bid Receiving
- PWGSC
1550, Avenue d'Estimauville
1550, D'Estimauville Avenue
Québec
Québec
G1J 0C7
Solicitation No. - N° de l'invitation
Amendment No. - N° modif.
W7701-145800/A
003
Client Reference No. - N° de référence du client
Date
W7701-14-5800
2014-05-22
Hybride Naval Battle
GETS Reference No. - N° de référence de SEAG
PW-$QCL-028-15928
File No. - N° de dossier
CCC No./N° CCC - FMS No./N° VME
QCL-3-36269 (028)
SOLICITATION AMENDMENT
MODIFICATION DE L'INVITATION
The referenced document is hereby revised; unless otherwise
indicated, all other terms and conditions of the Solicitation
remain the same.
Ce document est par la présente révisé; sauf indication contraire,
les modalités de l'invitation demeurent les mêmes.
Solicitation Closes - L'invitation prend fin
at - à 02:00 PM
on - le 2014-05-29
F.O.B. - F.A.B.
Plant-Usine:
Destination:
Time Zone
Fuseau horaire
Heure Avancée de l'Est
HAE
Other-Autre:
Address Enquiries to: - Adresser toutes questions à:
Buyer Id - Id de l'acheteur
Roy, Josée
qcl028
Telephone No. - N° de téléphone
FAX No. - N° de FAX
(418) 649-2932 (
(418) 648-2209
)
Destination - of Goods, Services, and Construction:
Destination - des biens, services et construction:
Comments - Commentaires
Vendor/Firm Name and Address
Raison sociale et adresse du
fournisseur/de l'entrepreneur
R&D pour la défense Canada - Valcartier
Bâtiment 53
2459 Route de la Bravoure
G3J 1X5
Instructions: See Herein
Instructions: Voir aux présentes
Delivery Required - Livraison exigée
Delivery Offered - Livraison proposée
Vendor/Firm Name and Address
Raison sociale et adresse du fournisseur/de l'entrepreneur
Issuing Office - Bureau de distribution
TPSGC/PWGSC
601-1550, Avenue d'Estimauville
Québec
Québec
G1J 0C7
Telephone No. - N° de téléphone
Facsimile No. - N° de télécopieur
Name and title of person authorized to sign on behalf of Vendor/Firm
(type or print)
Nom et titre de la personne autorisée à signer au nom du fournisseur/
de l'entrepreneur (taper ou écrire en caractères d'imprimerie)
Signature
Canada
Page 1 of - de 5
Date
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W7701-145800/A
003
qcl028
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CCC No./N° CCC - FMS No/ N° VME
W7701-14-5800
QCL-3-36269
AMENDMENT 003
You will find below questions that were asked by potential bidders and amendments to the Request for
Proposal. You must take into account this information at the time of submitting your proposal.
_____________________________________________________________________
Question 1
Section 2.1 of the Statement of Work stipulates “ source code and technical documents of the
prototypes/solutions/systems related to this Work and owned by Canada will be provided to
the selected contractor only once the contract is awarded. This restriction is required because
these code/documents are either sensitive with limited distribution or classified, and therefore
cannot be released publicly” Can the Government confirm that the current Code and
documentation of the
existing DRDC prototypes (e.g., INCOMMANDS CDS Lab, CORALS, FLEET, etc.) were
developed by DRDC Valcartier employees without any involvement from Industry?
If Industry was involved in the development of the prototype, the companies involved now have
an unfair advantage in understanding the work needed to be done for this RFP and we
request that we be
provided the code and documentation in order to allow us to prepare a solution that will
demonstrate a
thorough understanding of the requirements.
Answer 1
Industry was involved in the previous versions of CORALS. The latest versions were
developed internally by DRDC.
Past experience is always an advantage. This is not specific to this RFP. From the
government perspective, companies having had contracts in the past do not hold any
privileged information. Consequently, the only advantage they may have is the experience
gained.
CORALS code and documentation cannot be distributed for the reasons mentioned.
Moreover, the IP belongs to the Crown.
Experience with the prototype is not evaluated for this RFP (no criterion). What is
evaluated is the bidders' clear and complete understanding of the context, scope and
objectives of the statement of work (Section 3.I of Evaluation Criteria). This understanding
can be achieved through experience with any (military) decision support system.
Question 2
If we cannot be provided with the source code and documentation, as a bidder that does not
have hands on experience with the current CORALS system it will be difficult for the bidder to
write a detail technical proposal. As such:
2.a Will the scoring be based our understanding of the project and the methodology that will
be used?
Page 2 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W7701-145800/A
003
qcl028
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CCC No./N° CCC - FMS No/ N° VME
W7701-14-5800
QCL-3-36269
Answer 2a
What is asked for is an understanding of the project (context, scope, objectives) (Section 3.I of
Evaluation Criteria) as provided in the SOW. As for the methodology (Section 3.III of
Evaluation Criteria),
the bidder is expected to propose his own.
2.b Will we not be able to score full point unless we can fully describe changes that would be
done on the existing CORALS and Supporting systems?
Answer 2b
The methodology is independent of the system (e.g., CORALS). There are methodologies to
enhance software. There is no need to be familiar with the existing system to be able to
propose one.
Question 3
Paragraph 2. (e) vi. States “ are no restrictions on the location of the work. Contractors are
advised that the scientific team of the project supporting the Work is situated primarily in
Quebec City and that up to 50% of the work, particularly for Task 1, Task 2, Task 3, and Task
6 must be conducted at DRDC Valcartier, with certain parts to be conducted at CFMWC in
Halifax and on-board RCN ships. However, non-sensitive tasks can be carried out at the
Contractor facilities.”This provides an unfair advantage to companies in the Quebec City area.
Will a bidder be deemed compliant if he proposes to perform less than 50% of the work for
Task 1, Task 2, Task 3 and Task 6 at DRDC Valcartier?
Answer 3
We have had experience with work being done simultaneously internally and externally, which
will also be the case with this project, and there was an integration overhead.
The activities of the DRDC lab maintained by this project will be carried out based on a
continuous software integration methodology. Contractor team members are required to
take part in these activities for the duration of the project.
Demonstration and experimentation activities will be conducted at DRDC for the duration of
the project and require the involvement of the Contractor. This is an operational need.
Technical constraints (protected network) and security reasons prevent Contractors to
access our network from outside. Remote integration is not an efficient option. Duplication
of material and infrastructure is costly and is not efficient either.
There are restrictions on the number of available licenses for certain software.
50% was an estimate. The work to be conducted at DRDC can be evaluated as fluctuating
between 40% and 60%.
Question 4
Definition of Bidder’ Experience in Similar R&D projects
Page 3 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W7701-145800/A
003
qcl028
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CCC No./N° CCC - FMS No/ N° VME
W7701-14-5800
QCL-3-36269
4.a – To score full point is the bidder required to have experience in Naval Tactical Battle
Management
systems or will any Tactical Battle Management System experience be acceptable?
Answer 4a
There is no mention of the term ‘’ in Section 1.I of Evaluation Criteria.
4.b - Can the bidder also use operational experience on real Naval Tactical Battle
Management Systems
to score full points?
Answer 4b
This is a R&D project and experience in similar R&D projects is what is required.
4.c For the definition of work to be completed on this project is the bidder allowed to use its
subcontractor Experience?
Answer 4c
Refer to Part 4 –Evaluation procedures and basis of selection, section 1.1 Technical Evaluation.
Also, refer to the 2003 (2014-03-01) Standard Instructions –Goods or Services –Competitive
Requirements where there is the definition of Bidder.
Question 5
Concerning the experience of the Human-Computer Interaction resource directly involved in
the project (Attachment 2, Section C, Subsection 4, para 3ii; page 37 of 64), is it strictly
necessary that the resource’PhD be in HCI, or would another relevant subject (e.g.
Experimental Psychology, Applied Psychology, Cognition, Ergonomics) be acceptable?
Answer 5
Human Computer Interaction training (PhD or Masters) and experience is what is required.
Question 6
If the code and documentation is to be provided, we respectfully request a four week extension
in order
to review the code and documentation prior to writing our proposal.
Answer 6
Code and documentation cannot be provided. See Answer 1 of this amendment.
Question 7
In Attachment 2 (Mandatory and Point Rated Technical Criteria), page 35 of 64, can you clarify
the note at saying that “When it is indicated that at least one resource will be evaluated, only
the proposed resource(s) will be evaluated”?
Page 4 of - de 5
Solicitation No. - N° de l'invitation
Amd. No. - N° de la modif.
Buyer ID - Id de l'acheteur
W7701-145800/A
003
qcl028
Client Ref. No. - N° de réf. du client
File No. - N° du dossier
CCC No./N° CCC - FMS No/ N° VME
W7701-14-5800
QCL-3-36269
Answer 7
For criteria about experience :
When more than one resource is proposed for a resource category, each resource will be evaluated
separately and the total score for the resource category will be the average score weighted according to
the estimated number of hours proposed for each resource.
For criteria about Academic training :
The bidder can proposed only one resource from the resource category. Only the proposed resource(s)
will be evaluated.
______________________________________________________________
1. Amend ANNEX B - Basis of Payment in the RFP in english only
Delete “Note to bidders” a) If the resource works for a subcontractor, the bidder must also include the name
of the subcontractor.
2. CLOSING DATE EXTENSION
FROM: May 27, 2014, 14:00 EDT
TO:
May 29, 2014, 14:00 HR EDT
_________________________________________________________________
***All other terms and conditions remain the same.
Page 5 of - de 5