1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving - PWGSC / Réception des soumissions - TPSGC 11 Laurier St. / 11, rue Laurier Place du Portage, Phase III Core 0B2 / Noyau 0B2 Gatineau Québec K1A 0S5 Bid Fax: (819) 997-9776 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. Title - Sujet Professional Services Tier 2 TBIPS Solicitation No. - N de l'invitation W6369-14P5HW/A Client Reference No. - N de référence du client W6369-14P5HW GETS Reference No. - N de référence de SEAG PW-$$ZM-611-29514 File No. - N de dossier 611zm.W6369-14P5HW CCC No./N CCC - FMS No./N VME Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2015-11-06 F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Patel, Ankoor Telephone No. - N de téléphone (819) 956-1202 ( ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: Amendment No. - N modif. 005 Date 2015-10-28 Time Zone Fuseau horaire Eastern Standard Time EST Buyer Id - Id de l'acheteur 611zm FAX No. - N de FAX (819) 953-3703 Comments - Commentaires Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur 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 Informatics Professional Services Division / Division des services professionnels en informatique 11 Laurier St., / 11, rue Laurier 3C2, Place du Portage Gatineau Québec K1A 0S5 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 Date Page 1 of - de 1
Amendment No. 5 This amendment is raised to answer Bidders questions. QUESTIONS AND ANSWERS: Question 6: Canada has provided rated requirements for all skills categories except the Technical Writer. Our understanding is that skills requirements include RoboHelp and Adobe Live Cycle experience. Please confirm the rated requirements for the Technical Writer role. Answer 6: There are no rated requirements for the Technical Writer category. Question 7: Canada has asked for experience with Adobe or MacroMedia Flash in both the Web Developer (5 years) and the Web Designer (3 years) mandatory requirements. The requirement is vague as resources are not typically skilled in all versions of Flash that are available. In order for us to propose the appropriately skilled resource, please confirm that Flash ActionScript is required. Answer 7: To clarify, familiarity, derived though experience using Flash including the ActionScript component is required on the part of Web Developer and the Web Designer. Question 8: In 3.2.1.1 Canada states that The contractor will provide the DND ITSC representative (the applicable local ISSO) with the list of physical safeguards which are implemented in the facility used to process and store sensitive information. For privacy reason, is there a requirement that all data in the test and development environments be electronically masked. If so, please specify the requirement to mask data in the vendor supplied test and development environments. Answer 8: All data in the test and development environments hosted by the Contractor will be Protected A test data. Therefore, there is no defined requirement in the SOW for electronic data masking. Question 9: Canada requires the Test Coordinator to hold Canadian Government Security Clearance at the Enhanced Reliability level. The Tester category requires Secret level security clearance. Should the Test Coordinator not also Secret level clearance, as they will have access to the same data? Answer 9: There is no requirement for the Test Coordinator to hold a Secret level clearance
Question 10: For Workstream 1, please confirm whether the vendor is required to provide a tool for full lifecycle workflow management including traceability from business requirement through functional requirements, development tickets, test scripts and defects? If not, please confirm that DND will supply it. Answer 10: The Contractor will not be required to provide a tool for full lifecycle workflow management. For Workstream 1, all required software will be provided by DND. Question 11: This procurement is subject to the controlled Goods Program. The DWAN is a controlled good and all contractor personnel requiring DWAN accounts currently must be registered under the Controlled Goods Program. Does Canada have a requirement for any of the requested resource categories in this procurement, to be registered under the Controlled Goods Program? Answer 11: Except for access to the DWAN, which all Contractor personnel will require, Contractor personnel will not require access to Controlled Goods. Question 12: This RFP is asking for two network specialists. Please confirm that two network specialist positions are required and will be utilized full-time throughout the life of the Woskstream 2 contract. Answer 12: For Workstream 2, two network specialist positions are required and it is anticipated that they will both be required full-time throughout the life of the Workstream 2 contract. The estimated level of effort for each resource category is explained in attachment 4.2. Question 13: ANNEX A - STATEMENT OF WORK WORKSTREAM 1 DEVELOPMENT SERVICES Paragraph 5.10 states that Unless otherwise approved by the TA, work performed under this SOW will be performed on controlled-access DND premises within the National Capital Region (NCR). Paragraph 5.4 states that the Workstream 1 Contractor must meet the Service Level Standard for the RPSR application. ANNEX A - STATEMENT OF WORK WORKSTREAM 2 SUPPORT SERVICES Paragraph 7.6.1.2 states that the Contractor must provide the physical space, all required furniture, shelving and storage, and all associated environmental-maintenance requirements to establish an environment that must simultaneously: 7.6.1.2.1 Permit new program code development, testing and maintenance by RPSR developers and testers who are remotely located at DND premises;. Paragraph 5.4 states that the Workstream 2 Contractor must meet the Service Level Standard for the RPSR application. Canada is asking the vendor of Workstream 2 to provide a facility to be used by the vendor of Workstream 1 to deliver the development and maintenance services: (3.2.1.1 This facility, and it s equipment, which is used to process the sensitive information, must reside within the security zone and must be either standalone or on an island network (self-contained, used for the purposes of processing the information related to the contract, i.e. shall have no external connection to the internet or other network, internal or otherwise)). The Workstream 1 vendor will be delivering the services from a DND
facility accessing a development site at the Workstream 2 vendor location. Canada is asking the Workstream 1 vendor to agree to a Service Level Standard that will be dependent on the availability of the facility provided by the Workstream 2 vendor. Canada is asking the Workstream 2 vendor to agree to a Service Level Standard for the RPSR application that is being provided by the Workstream 1 vendor. In our experience, under these circumstances, if there is a service level issue, it is a challenge to determine the responsible vendor. Further, having the Workstream 1 vendor dependent on the Workstream 2 vendor for service levels will introduce complexity, additional overhead and ultimately risk to the application availability and overall cost of the service. Please confirm that this is how PWGSC/DND is intending to manage this critical application. Answer 13: PWGSC/DND confirms that this is the way they intend to manage this critical application. Question 14: Canada is asking the vendor of Workstream 2 to provide a facility, which would be connected to the DWAN, to be used by the vendor of Workstream 1 to deliver the development and maintenance services: (3.2.1.1 This facility, and its equipment, which is used to process the sensitive information, must reside within the security zone, and must be either standalone or on an island network (self-contained, used for the purposes of processing the information related to the contract, i.e. shall have no external connection to the internet or other network, internal or otherwise)). Does Canada intend that this facility must be separate from i.e. not shared with or physically part of - any other facility? Answer 14: Yes; the facility referred-to in Workstream 2 must be separate from i.e. not shared with or physically part of - any other facility. Question 15: Does experience with PeopleTools qualify for mandatory requirement M3.8.3? If not is it possible for the crown to modify this requirement to allow for PeopleTools. We strongly believe that PeopleTools is equivalent and very relevant to this M3.8.3 requirement. Answer 15: Experience with PeopleTools would qualify for mandatory requirement M3.8.3 in Workstream 1: experience programming in an integrated development environment. Question 16: In reference to section Attachment 4.1 Bid Evaluation Criteria, 4.4 Rated Requirement Contract References, Table C: Contract References, please confirm that points will be allocated in the following manner: 1 Contract completed more than 5 years ago or less than 6 months of work completed = 0 points 1 Contract value was less than $500K = 5 points 1 Contract value was more than $500K and less than $1M = 10 points 1 Contract value was more than $1M and less than $2M = 15 points 1 Contract value was more than $2M and less than $3M = 20 points 1 Contract value was more than $3M and multi-year = 25 points
Answer 16: PWGSC/DND confirms that in Attachment 4.1 Bid Evaluation Criteria, 4.4 Rated Requirement Contract References, Table C: Contract References, points will be allocated in the following manner: 1 Contract completed more than 5 years ago or less than 6 months of work completed = 0 points 1 Contract value was less than $500K = 5 points 1 Contract value was more than $500K and less than $1M = 10 points 1 Contract value was more than $1M and less than $2M = 15 points 1 Contract value was more than $2M and less than $3M = 20 points 1 Contract value was more than $3M and multi-year = 25 points Question 17: In section 3.5 of the RFP document there are definitions provided. The text states: In the tables that follow, IT experience is defined as hands-on experience that deals with the creation or maintenance of computer application systems at one or more points in their development life cycle: Feasibility, Prototyping, Requirements Definition, Analysis, Design, Development, Testing, and In-Service Support. Recent experience is defined as experience within the last five (5) years from the date of bid closing. As the terms IT experience, hands-on and recent experience are defined but then not used in the tables that follow. Can the Crown please confirm that bidders should respond as per the requirements in the tables and are not expected to integrate the above definitions in to the candidate grids when responding? Answer 17: Bidders should respond as per the requirements in the tables. ALL OTHER TERMS AND CONDITIONS REMAIN THE SAME. NOTE: A BID ALREADY SUBMITTED MAY BE AMENDED PRIOR TO THE CLOSING DATE. AMENDING CORRESPONDENCE MUST ADDRESS THE SOLICITATION NUMBER AND THE CLOSING DATE AND MUST BE ADDRESSED TO: BID RECEIVING PUBLIC WORKS AND GOVERNMENT SERVICES CANADA PLACE DU PORTAGE, PHASE III MAIN LOBBY, ROOM 0A1 11 LAURIER STREET GATINEAU, QUEBEC K1A 0S5