RETURN BIDS TO : RETOURNER LES SOUMISSIONS À: Julie Watson-Bampton Shared Services Canada / Services partagés Canada 180 Kent Street, 13th Floor / 180 street Kent, 13 eme étage Ottawa, Ontario K1A OP7 REQUEST FOR PROPOSAL AMENDMENT #1 DEMANDE DE PROPOSITION Proposal To: Shared Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out thereof. Proposition aux: Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées Instructions : See Herein ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction Instructions: Voir aux présentes énumérés ici sur toute feuille ci-annexées, au(x) prix indiqué(s) Comments - Commentaires This document contains a Security Requirement Title Sujet Professional Services - Project Management Services Solicitation No. N de l invitation Date January 14, 2015 Client Reference No. N référence du client GETS Reference No. N de reference de SEAG File No. N de dossier CCC No. / N CCC - FMS No. / N VME Solicitation Closes L invitation prend fin at à 03-Feb-2015 02 :00 PM on le F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Inquiries to : - Adresser toutes questions à: Julie Watson-Bampton Telephone No. N de téléphone : 613-790-5915 Destination of Goods, Services, and Construction: Destination des biens, services et construction : See Herein Time Zone Fuseau horaire Daylight Saving Time DST Buyer Id Id de l acheteur C09 FAX No. N de FAX Delivery required - Livraison exigée Delivered Offered Livraison proposée See Herein Vendor/firm Name and address Raison sociale et adresse du fournisseur/de l entrepreneur Vendor/Firm Name and address Raison sociale et adresse du fournisseur/de l entrepreneur Issuing Office Bureau de distribution Shared Services Canada Procurement Operations 180 Kent Street Ottawa, Ontario K1A 0P7 Facsimile No. N de télécopieur Telephone No. N de téléphone 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
SOLICITATION AMENDMENT #1 QUESTION AND ANSWERS QUESTION # QUESTION ANSWER 1 Question: Regarding the corporate mandatory In order to be considered in JV, requirements (M1 and M2) for this opportunity, will the you would have to be already crown permit Joint Venture partners to pool qualified firms in JV under the placements and qualifying contracts in order to meet the criteria? TBIPS Supply Arrangement. 2 Corporate Mandatory Requirement, M1 Can you please confirm that suppliers may demonstrate contracts which included IM/IT Project Management Services AND other IM/IT services to meet this requirement? For example, a Contract for Project Managers, Business Analysts, Programmers etc. 3 Corporate Mandatory Requirement, M1 and M2 Can you please confirm that suppliers may use contract references from outside of Canada (specifically in the United States) to meet these requirements. 4 Corporate Mandatory Requirement, M2 The table 1 GC IT Service Profile in section 1 of Annex B (Statement of Work) seems to be missing, can you please send this portion? 5 Mandatory Requirements for the Project Manager: Level 3, M3 Can you please confirm if ALL listed projects (10 years of experience) must be valued at $10 million or more OR is it that 2 or more of the projects in the 10 years of experience must be valued at $10 million or more? 6 Mandatory Requirements for the Project Manager: Level 3, M7 please confirm that there should be listed tools here and that the tools are: MS Project, MS Word, MS Excel and MS PowerPoint In order to be considered Project Management Services must represent a 75% of the resources supplied Confirmed The following revision to M2: M2: The Bidder must have demonstrated contract experience in supplying project management resources in all of the following categories over the same 36 months period within the past 7 years. The services must have been provided under a maximum of 5 contracts covering 50% of the tasks outlined in Annex B. (Statement of Work) The requirement is 2 or more of the projects in the 10 years experience must be valued at $10 million or more. Yes you are correct. MS Project; MS Word; MS Excel; MS Power Point
7 Mandatory Requirements for the Project Manager: Level 3, Level 2 and Level 2 M8 Please confirm that it should read for projects stated in the response in M3 above and not M2 8 Mandatory Requirements for the Project Manager: Level 3, Level 2 and Level 2 M8 Can you remove the requirement to list the valid contract number because a Consultant resource would not have this information on hand. This is not something that a consultant keeps track of. Suppliers would have to call other suppliers and track down client procurement department contacts to try and find contract numbers from the past 5 years. We feel that listing the client contact information for verification should be acceptable on its own. Please consider removing this portion of the requirement. 9 Please provide the name of the incumbent, the contract value and the number of years they have held this contract. 10 Referencing RFP pg 14, M2 which states The Bidder must have demonstrated contract experience in supplying project management resources in all of the following categories over the same 36 months period within the past 5 years. The services must have been provided under a maximum of 5 contracts covering a minimum of 3 of the 4 GC IT Service Groups as detailed in table 1 GC IT Service Profile in section 1 of Annex B (Statement of Work). Q: Table 1 GC IT Service Profile in section 1 of Annex B (Statement of Work) appears to be missing, please provide Table 1 11 Additionally, for M2 as shown below, bidders are required to demonstrate billable days per category. Given the requirement is across a 36 month period within the past 5 years using a maximum of 5 contracts the billable days required appear unreasonably high. Most large complex contracts usually have 1 or 2 project managers. Very few contracts are specific to only providing Project Managers. We recommend the Crown change the requirement to 2,000 billable days for Project Manager Level 3, 1,500 billable days for Project Manager Level 2, and 1,000 billable days for Project Manager Level 1. Confirmed Confirmed - removed The incumbent is IBISKA Value: $41,537,760.00 Contract Period: Sept 7, 2011 to Sep 6, 2015 See Answer 4 M2 has been revised to the following The Bidder must have demonstrated contract experience in supplying project management resources in all of the following categories over the same 36 months period within the past 7 years. The services must have been provided under a maximum of 5 contracts covering a minimum 50% of the tasks outlined Annex B (Statement of Work). * Bidders must complete both Appendix A and Appendix B of of Attachment 2 Part 3
Project Manager Level 3 2,500 Project Manager Level 2 2,000 12 Furthermore, for M2, we recommend the requirement for Project Manager level 3, 2 and 1 not be tied to the same 36 month period. We suggest the 36 month period be removed completely, or allow for 5 contracts per category level. 13 Could the Crown kindly indicate why this RFP includes Corporate Mandatory Requirements, apart from favouring the incumbent contractor? 14 Corporate Mandatory Requirement M1 states that the Bidder must demonstrate that they have been awarded 3 previous contracts with minimum values of $7 Million for the provisioning of IM/IT project management services within the past 5 years. As this contract is for a duration of only one (1) year, this seems unnecessarily limiting and will disallow any companies that have current and relevant contracts that have been awarded outside this 5-year timeframe. It is our suggestion that this requirement be revised as follows: M1 The Bidder must demonstrate that they have been awarded 3 previous contracts for the provisioning of IM/IT project management services. To meet this mandatory, the contracts must: Project Manager Level 1 1,000 There has been modification to M2 see answer 4 and Answer 11 That is not SSC intention. We are seeking a firm that is able to provide over 100 Project Managers over a one year period. Corporate experience allows SSC to evaluate the firm and along with 10 individual candidates instead of evaluating 100 candidates at bid closing. M1 will reflect the following: The Bidder must demonstrate that they have been awarded 3 previous contracts for the provisioning of IM/IT project management services. To meet this mandatory, the contracts must: Have been awarded within the past 7 years; Have a minimum contract value of $7 Million with 1 being $20M or more; and Have been active within the past 10 years preceding the closing date of this bid solicitation; Have a minimum duration of 24 months; and Have a minimum contract value of $7 Million with 1 being $20M or more; and
15 Corporate Mandatory Requirement M2 states that the Bidder must have demonstrated contract experience in supplying project management resources in all of the following categories over the same 36 months period within the past 5 years. The services must have been provided under a maximum of 5 contracts covering a minimum of 3 of the 4 GC IT Service Groups as detailed in table 1 GC IT Service Profile in section 1 of Annex B (Statement of Work). There is no Table 1 GC IT Services in Annex B (Statement of Work) please provide. 16 Due to the level of complexity, the number of corporate references and resources required for qualification against this RFP and the inability of potential Bidders to complete M2 until such time as Table 1 is provided, we respectfully request a 3-week extension to the closing date at this time See question 4 No extension granted