L'invitation prend fin at - Buy and Sell

29 juin 2016 - Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: The information will be entered at contract ...
64KB taille 3 téléchargements 189 vues
Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions

1

1

RETURN BIDS TO: RETOURNER LES SOUMISSIONS À:

Title - Sujet

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 No. - N° de l'invitation

Amendment No. - N° modif.

W6369-16P5KF/A

005

Client Reference No. - N° de référence du client

Date

W6369-16P5KF

2016-06-29

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.

TBIPS Telecom System Specialists

GETS Reference No. - N° de référence de SEAG

PW-$$ZM-617-30257 File No. - N° de dossier

CCC No./N° CCC - FMS No./N° VME

617zm.W6369-16P5KF

Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2016-07-12

Time Zone Fuseau horaire

Eastern Daylight Saving Time EDT

F.O.B. - F.A.B. Plant-Usine:

Destination:

Other-Autre:

Address Enquiries to: - Adresser toutes questions à:

Buyer Id - Id de l'acheteur

Baker, Roxane

617zm

Telephone No. - N° de téléphone

FAX No. - N° de FAX

(873) 469-4960 (

(819) 956-1156

)

Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

The information will be entered at contract award. 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

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

Page 1 of - de 1

Date

Solicitation No. – No de l’invitation W6369-16P5KF/A Client Ref. No. – No de réf. De client No/ No VME W6369Ͳ16P5KF

Amd. No – No de la modif. 005 File No. – No du dossier

Buyer ID – Id de l’acheteur 617ZM CCC No./ No CCC – FMS

SOLICITATION AMENDMENT 005 This amendment 005 is raised to: Answer Bidders’ questions 10 and 11.

QUESTIONS AND ANSWERS Q1 A1

I would like to know if there is currently an incumbent providing services on TBIPS Telecom System Specialists W6369-16P5KF/A. Yes, DND has several incumbents doing similar services on various Temporary Help Services (THS) contracts.

Q2

The Crown has indicated a requirement to demonstrate 5 resources with resumes for evaluation. Would the Crown accept additional resumes beyond the five (5) for evaluation, by category if a Vendor is able to supply extra resources?

A2

The Crown will not accept additional resumes beyond the five (5) for evaluation.

Q3

Word Copy With respect to the subject RFP, could you please provide us with a word version of the document?

A3

Canada will not provide a Word version of the RFP but can provide a Word version of Attachment 4.1 and 4.2 for bidder to prepare their responses. If a Bidder would like the Word version of those documents please send an email to the Contracting Authority requesting it. Please note that if Canada has provided bidders with multiple formats of a document (for example, a document may be downloaded through Buy and Sell, but may also be made available on CD-ROM through Buy and Sell), the format downloaded through Buy and Sell will take precedence. Additionally, if Canada issues an amendment to the bid solicitation revising any documents provided to bidders in multiple formats, Canada will not update all formats to reflect these revisions. It is the Bidder's responsibility to ensure that revisions made through any solicitation amendment issued through Buy and Sell are taken into account in the alternate formats it uses of bid solicitation documents.

Q4

For the Intermediate Desktop Specialist position, M3 requires 2 years of experience with three different kinds of government contracting methods. However, the PWGSC list of responsibilities for Stream 7 T.6 does not indicate that working with such contracting methods is something that a Telecommunication System Specialist would be involved with. Such responsibilities sound more closely aligned with the work of a Procurement Specialist, and we consider it unlikely that a Telecom Desktop Specialist would have such experience. Would the Crown please consider either deleting this requirement or perhaps amending it to better reflect the customary roles and responsibilities of someone in this position?

Solicitation No. – No de l’invitation W6369-16P5KF/A Client Ref. No. – No de réf. De client No/ No VME W6369Ͳ16P5KF

Amd. No – No de la modif. 005 File No. – No du dossier

Buyer ID – Id de l’acheteur 617ZM CCC No./ No CCC – FMS

A4

It does state in Stream 7 T.6 that responsibilities could include but are not limited to the preparation of procurement support documentation. To meet this requirement it is important these candidates have knowledge of government contract methods to fulfill their role.

Q5

Regarding the Level 2 Desktop role, M7 requires at least 5 years of experience developing strategic guidance for deployments of greater than 4,000 software desktop and mobile clients. However, our research has shown that the Department of National Defence is the ONLY government department that utilizes desktop and mobile AV devices to this scale. We therefore believe that this criterion is excessively restrictive and favors the incumbents. Would the Crown please consider either reducing the number of required software desktop and mobile clients, or perhaps make this a point rated criterion rather than a mandatory?

A5

There are several Government departments that exceed deployment of more than 4000 software desktops. However, experience does not have to be limited to Government it can include public organizations too.

Q6

Extension request Given the unusual complexity and density of the requirements for all of these positions, would the Crown please grant an extension for the due date of no less than one week? Canada accept the request for one (1) week extension.

A6 Q7

For the Intermediate AV Integrator position, M4 requires experience using AMX AND Crestron Professional panels and systems. However, for the Senior position, the bidder is required to demonstrate experience with AMX and/or Crestron. For the sake of consistency, could M4 for the Intermediate position please be amended to read “AMX and/or Crestron”?

A7

It was Canada’s intention that both the Intermediate and Senior should require both AMX and Crestron experience. The Senior position (M7) will be amended accordingly. Please see amendment 001.

Q8

For the Desktop Specialist position, M1 is insisting on experience using and provisioning both Cisco AND Polycom desktop client software. This requirement is quite restrictive, as most specialists in this field have experience working with one type of desktop software, but not the other. Would the Crown kindly be willing to amend this requirement, and ask instead that the resource have experience with either Cisco OR Polycom desktop client software?

A8

No. Since DND uses both it necessary that the candidates have both.

Solicitation No. – No de l’invitation W6369-16P5KF/A Client Ref. No. – No de réf. De client No/ No VME W6369Ͳ16P5KF

Q9

Amd. No – No de la modif. 005 File No. – No du dossier

Buyer ID – Id de l’acheteur 617ZM CCC No./ No CCC – FMS

M6 for the Desktop position is insisting on experience with both Polycom RealPresence Distributed Media Application (DMA) and Polycom RealPresence Resource Manager (RM). Insisting on experience with both instead of one or the other profoundly restricts the number of qualified resources, as it is a rarity for someone to have both. Would the Crown please consider amending M6 to state something similar to the following: The Contractor must clearly demonstrate that the proposed resource has a minimum of 5 years’ experience within the last 10 years using and provisioning the following infrastructure conferencing equipment and systems: - Video Communication Server (VCS). AND - Polycom RealPresence Distributed Media Application (DMA) OR - Polycom RealPresence Resource Manager (RM)

A9

No. Once again, since DND uses both Polycom and Cisco environments all are required.

Q10

Extension request Due to challenges in getting access to all required information, our consortium would like to request a 2 week extension. Canada accept a one (1) week extension. No more extensions will be approved after this one.

A10 Q11

Extension request With the St. Jean Baptiste Day and Canada Day holidays interrupting the regular work process, would it be possible for the client to grant a two week extension for the due date of this solicitation?

A11

Canada accept a one (1) week extension. No more extensions will be approved after this one.

Solicitation No. – No de l’invitation W6369-16P5KF/A Client Ref. No. – No de réf. De client No/ No VME W6369Ͳ16P5KF

Amd. No – No de la modif. 005 File No. – No du dossier

Buyer ID – Id de l’acheteur 617ZM CCC No./ No CCC – FMS

SOLICITATION REVISIONS THE RFP IS HEREBY AMENDED AS FOLLOWS:

 001

At Appendix C to Annex A, T.6 Telecommunication System Specialist – AV Integrator – Level 3 - Mandatory Requirement M7: DELETE: in its entirety. INSERT: The Contractor must clearly demonstrate that the proposed resource has 10 years’ experience within the last 15 years with AMX and Crestron control systems design, integration and support.