Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada 1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving - PWGSC / Réception des soumissions - TPSGC Place du Portage, Phase III Core 0A1/Noyau 0A1 11 Laurier St.,/11, rue Laurier 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 ATIP SOLUTION Solicitation No. - N de l'invitation /A Client Reference No. - N de référence du client GETS Reference No. - N de référence de SEAG PW-$$XL-119-24970 File No. - N de dossier 119xl. CCC No./N CCC - FMS No./N VME Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2012-11-26 F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Vinet, Jonathan Telephone No. - N de téléphone (613) 956-2940 ( ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: Amendment No. - N modif. 003 Date 2012-11-19 Time Zone Fuseau horaire Eastern Standard Time EST Buyer Id - Id de l'acheteur 119xl FAX No. - N de FAX ( ) - Comments - Commentaires THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT 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 Shared Systems Division (XL)/Division des systèmes partagés (XL) 4C1, Place du Portage Phase III 11 Laurier St./11, rue Laurier 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 Canada Page 1 of - de 5
/A 003 119xl 119xl This solicitation amendment 003 is issued to: Part 1 - Answer the questions from the Industry Part 2 - Modify to the solicitation Part 3 - Extend the solicitation period. Part 1 Answer the Question from the Industry # 11 Questions Reference: RFP Section 3 3.4(c) (page 13) Additional clarification questions regarding an answer provided in Amendment #2. In Amendment #2 we are seeking clarification on the answer to #8a. We understand that it is the vendor s responsibility to ensure that their software solution will function properly in Health Canada and PHAC s technical environment as identified on pages 8-10 in Annex A of the RFP. What we are not clear on is the reference to associated costs of these items at no additional costs to Canada. a) As clients typically have pre-existing arrangements to source, provision and maintain server hardware/software to be installed on their site, can we confirm that if the required components to support the installation of the application are already on the list in Annex A, pages 8-10 that we will only need to identify which components will be required and will not need to include additional costs to source, install and maintain any of those components as part of our proposal? b) Can we confirm that HC and PHAC having standardized on the components in Annex A, pages 8-10, will be making them available for the vendor to install the application on and will be responsible for maintaining those components (desktop, laptop, servers and software) over the life of the system? a) The Bidder will not have to source, install and maintain solutions already delivered in Annex A. It is the Bidder responsibility to ensure that their proposed solution work with the current solution. b) Confirmed Answers Page 2 of - de 5
/A 003 119xl 119xl 12 Reference: RFP Section 3 3.3 (page 12) With regards to RFP 3.3 Section II Management Bid part b and c, and further to your response with amendment #1, it is our understanding that there are only a few select installations of 30 or more individuals actively working in an ATI Unit. There are however more high volume installations that are similar in volume size to the installation you are looking for. In order to maintain fairness and competition in the process, would PWGSC consider changing the requirement to remain to be two references, both with volume approximately 500,000 per year, but one of which has to be 30+ employees? Canada has reviewed your request and will modify the requirement as follows: The Bidder must demonstrate that they have a minimum of 4 years experience, within the last 15 years, in implementing ATIP Case Management systems or solutions for use in large organization (large organization in this context refers to the size of the ATIP/FOIP (Access to Information and Privacy / Freedom of Information and Privacy) unit and volume of work of 20+ employees and 500,000 pages processed per year). Please refer to Part 2 of the amendment for the modification to the solicitation. 13 Reference: RFP Section 3 3.3 (page 12) With regards to page 12-13 3.3 Section II Management Bid part b and c, and further to your response with amendment #1, Health Canada is seeking an off the shelf software solution for this requirement that is industry proven, recognized and certified by Government bodies in various document management applications including case management and document imaging. If there are installations for greater than 30 people and with volumes exceeding 500,000 impressions for this software, are these not sufficient references for this requirement? (PWGSC would therefore not be limiting the competitive process by restricting the vendor to limit the referenced accounts using the same proven software to ATI office installations only.) Canada has reviewed your request and will modify the requirement as per Question 12 above. Please refer to Part 2 of the amendment for the modification to the solicitation. Page 3 of - de 5
/A 003 119xl 119xl Modification to the solicitation - Section 3 1. Delete: 3.3 Section II: Management Bid Replace with: Part 2 Modify to the solicitation 3.3 Section II: Management Bid The Management Bid consists of the following: (a) Corporate Profile: The Bidder is requested to provide a corporate profile, which should include an overview of the Bidder and any subcontractors, and/or authorized agents of the Bidder that would be involved in the performance of the Work on the Bidder s behalf. The Bidder is requested to provide a brief description of its size, corporate structure, years in business, business activities, major customers, number of employees and their geographic presence. This information is requested for information purposes only and will not be evaluated. (b) Required Bidders Experience: The Bidder must demonstrate that they have a minimum of 4 years experience, within the last 15 years, in implementing ATIP Case Management systems or solutions for use in large organization (large organization in this context refers to the size of the ATIP/FOIP (Access to Information and Privacy / Freedom of Information and Privacy) unit and volume of work of 20+ employees and 500,000 pages processed per year). (c) Description of Experience with Previous Similar Projects: The bid must include a description of 2 different previous similar projects that the Bidder has completed and where successfully implemented by the bid closing date (if the bid includes descriptions of more than this number of projects, Canada will decide in its discretion which ones to evaluate). For this requirement: (i) The description of each similar project must, at a minimum, include: Project Name; Project Description; Client Organization; Client Contact Name; Client Contact Position; Duration of the Project (YYYY-MM to YYYY-MM); and Phone Number and Email of Client Contact. (ii) (iii) A project will be considered similar to the Work to be performed under the resulting contract if a project has been successfully implemented in large organization (size of the ATIP/FOIP (Access to Information and Privacy / Freedom of Information and Privacy) unit of 20+ employees) and the volume of work of 500,000 pages processed per year. The project must have been completed by the Bidder itself (and does not include the experience of any proposed subcontractor or any affiliate of the Bidder). However, several entities may combine their experience by submitting a bid as a joint venture; in that case, the bid can describe the previous experience of one or more joint venture members to meet the experience requirement - that is, one similar project could be Page 4 of - de 5
/A 003 119xl 119xl described for one joint venture member and another different project could be described for another joint venture member, as long as the total number of projects is met (if two members of the joint venture worked on the same project, it will only be counted once). Part 3 Extend the Solicitation Closing Date. The Solicitation closing date is extended until November 26, 2012 at 2:00 PM Eastern Time ALL OTHER TERMS AND CONDITIONS OF THE SOLICITATIONS REMAIN UNCHANGED Page 5 of - de 5