Maintenance of the Metasys Control System
Requirements Definition:
Maintenance of thens to extend it for up to two (2) additional one-year periods
Solicitation Method:
Competitive
Applicable Trade Agreements:
WTO-AGP, NAFTA, AIT
Comprehensive Land Claim Agreement Applies:
No
Number of Contracts:
One (1) Task-Based contract
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those TBIPS Supply Arrangement Holders who qualified under Tier 1 for services in the National Capital Region for the following category:
B.13 Operations Support Specialist, Level 2
The following SA Holders have been invited to submit a proposal:
1. Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The AIM Group Inc.,in JOINT VENTURE
2. Adobe Systems Canada Inc.
3. Calian Ltd.
4. Fujitsu Consulting (CANADA) Inc./Fujitsu Conseil (Canada) Inc.
5. Lightning Tree Consulting, Burbek, and P.G. Rodier Consulting in Joint Venture
6. NATTIQ INC., ADGA GROUP CONSULTANTS INC., IN JOINT VENTURE
7. Nisha Technologies Inc., Contract Community Inc., IN JOINT VENTURE
8. Prolity Corporation
9. Promaxis Systems Inc
10. RS Tec Systems Inc
11. S.i. Systems Ltd.
12. StoneShare Services Inc.
13. TEKSYSTEMS CANADA INC./SOCIETY TEKSYSTEMS CANADA INC.
14. The Devon Group Ltd.
15. Valcom Consulting group Inc.
Description of Work :
Background
Shared Services Canada (SSC), National Security Portfolio (NSP), Defence Compute Services (DCS) is responsible for the provision of Enterprise class computing capabilities, data communications infrastructure, data center facilities, data processing platforms, and data processing services to the member departments of the Government of Canada which provide Defence and Security to the nation on a whole of Canada scale. Roles include the planning, engineering, integration, delivery and support of secure and non-secure Information Technology (IT) services, products and systems that meet the communications needs of the Department of National Defence (DND), including the Canadian Forces (CF), the Royal Canadian Mounted Police (RCMP), and, Canada Border Services Agency (CBSA), Correctional Service of Canada (CSC), Financial Transactions and Reports Analysis Centre, and Public Safety Canada. As well as other Government departments as may request assistance or support. DCS is also an authority within NSP for the provision of integrated IT services, enterprise IT infrastructure support, and Asset Control, including Shipping and Receiving, Inventory Intake, Inventory Storage, Inventory Tracking, and IT Inventory Disposal.
SSC, NSP, DCS is responsible for operation, maintenance and support of all in-scope data centers serving central Canada, and the National Capital Region (NCR). This includes the day-to-day support of a mixture small single purpose to medium sized general purpose Server Room (SRs), to enterprise class Data Centre (DC) environments, Communications Rooms (CRs), as well as other special purpose Controlled Access Rooms (CARs). Priorities are to support Operational environments serving the Defence and Security client communities of SSC, also including Test and Development Centre (TDC) environments, the Designated Network (D-NET, including the DWAN), the Classified Networks (C-NET, including CSNI) primarily in two physical locations (CFB Borden, Ontario, and multiple sites in Ottawa, Ontario (the NCR)). DCS interacts directly with the administrators, clients, security authorities, project teams, and Public Works and Government Services Canada (PWGSC) as well as other facilities providers, landlords and lease holders, to ensure suitable and stable resources, and allocate appropriate provisioning to support current and forecasted needs and expectations.
SSC, NSP, DCS 3-7 is responsible for operation, maintenance and support of Physical IT Security and Asset Control in all in-scope data centres serving central Canada, and the National Capital Region (NCR). This includes responsibility for all physical security devices and systems, and securi Metasys control system at the NRC Aluminium Technology Centre, Saguenay Site.
The NRC Aluminium Technology Centre is equipped with a Johnson Controls Metasys building automation system. The system includes 6 NAE controllers, 20 DX controllers, 120 VMA part controllers and several operator workstations, gateways, interfaces and integrations with other systems, for a total of approximately 4700 control points in the building.
The contract covers technical labour for four quarterly one-week visits on the premises, including maintenance, diagnostics, programming, enhancement and updating of the Metasys system software.
Intellectual property:
This contract does not involve any intellectual property.
Contract term:
The contract term is five (5) years from the date of the contract start date.
Estimated contract value :
$207,000
Sole source justification:
The Johnson Controls Metasys control system installed at the ATC is a very complex system that comprises about 10,000 components, about two-thirds of which are exclusive to Johnson Controls. There are six (6) NAE primary controllers that cost about $15,000 each, about 130 small VMA controllers that cost $800 each, and 25 DX controllers valued at $1,200 each. In addition, there is also Johnson Controls software specifically designed to operate this equipment.
Moreover, the system architecture is unique to the ATC since these systems' parts are custom designed. Johnson Controls technicians are trained on these systems and have many years of experience in maintaining and repairing them.
References:
Sole Source Certification
Letter regarding Johnson Controls's exclusivity over Metasys systems.
Name and address of the proposed contractor:
Société de Contrôle Johnson Canada S.E.C.
1375 Frank-Carrel Street, Suite 3
Quebec, QC G1N 2E7
Office: 418-686-3553
Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
Closing date:
Deadline (hour, day, month and year) for submission and acceptance of a statement of capabilities (i.e., within fifteen (15) calendar days following the publication of this Notice).
14:00 Eastern Standard Time, December 15, 2015
Please submit a statement of capabilities by email ONLY to:
Alain Leroux
Senior Contracting Officer
1200 Montreal Road, M-22 Room 100
T: 613-991-9980
Email:
Alain.Leroux@nrc-cnrc.gc.ca