Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada 1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Title - Sujet Réception des soumissions - TPSGC / Bid Receiving - PWGSC 1550, Avenue d'Estimauville 1550, D'Estimauville Avenue Québec Québec G1J 0C7 Solicitation No. - N° de l'invitation Date E6QUE-130006/B 2014-09-02 O/C Formation micro-informatique Client Reference No. - N° de référence du client E6QUE-13-0006 GETS Reference No. - N° de référence de SEAG PW-$QCN-015-16081 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME QCN-4-37035 (015) REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Public Works and Government 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 therefor. Proposition aux: Travaux Publics et Services Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). Comments - Commentaires Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2014-10-14 F.O.B. - F.A.B. Plant-Usine: Destination: Time Zone Fuseau horaire Heure Avancée de l'Est HAE Other-Autre: Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Legendre, Sylvie qcn015 Telephone No. - N° de téléphone FAX No. - N° de FAX (418) 649-2860 ( (418) 648-2209 ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: TOUS LES MINISTÈRES ET ORGANISMES FÉDÉRAUX DE LA RÉGION DE QUÉBEC INCLUANT VALCARTIER et DONNACONA QUEBEC Québec Canada Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée Delivery Offered - Livraison proposée VOIR DOC. Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Issuing Office - Bureau de distribution Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur TPSGC/PWGSC 601-1550, Avenue d'Estimauville Québec Québec G1J 0C7 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 Canada Page 1 of - de 2 Date Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. E6QUE-130006/B Buyer ID - Id de l'acheteur qcn015 Client Ref. No. - N° de réf. du client File No. - N° du dossier E6QUE-13-0006 QCN-4-37035 Page 2 of - de 2 CCC No./N° CCC - FMS No/ N° VME o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1. 2. 3. 4. Introduction Summary Security Requirement Debriefings PART 2 - OFFEROR INSTRUCTIONS 1. 2. 3. 4. 5. Standard Instructions, Clauses and Conditions Submission of Offers Former Public Servant Enquiries - Request for Standing Offers Applicable Laws PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. 2. Evaluation Procedures Basis of Selection PART 5 - CERTIFICATIONS 1. Certifications Required Precedent to Issuance of a Standing Offer PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. 2. Security Requirement Financial Capability Part – 2 of 2 / Page 1 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. Offer Security Requirement Standard Clauses and Conditions Term of Standing Offer Authorities Proactive Disclosure of Contracts with Former Public Servants Identified Users Call-up Procedures Call-up Instrument Limitation of Call-ups Priority of Documents Certifications Applicable Laws Publication of Standing Offers SACC Manual Clauses B. RESULTING CONTRACT CLAUSES 1. 2. 3. 4. 5. 6. 7. 8. 9. Statement of Work Standard Clauses and Conditions Term of Contract Proactive Disclosure of Contracts with Former Public Servants Payment Invoicing Instructions Insurance SACC Manual Clauses Class cancellation LIST OF ANNEXES: Annex “A” Annex “B” Annex “C” Annex “D” Annex “E” Annex “F” - Statement of Work Basis of Payment Rate Table Information Table on Offerors and Branches List of Federal Departments and Agencies Security Requirements Checklist Part – 2 of 2 / Page 2 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME COMPUTER TRAINING SERVICES PART 1 - GENERAL INFORMATION 1. Introduction The Request for Standing Offers (RFSO) is divided into seven parts plus attachments and annexes, as follows: Part 1 General Information: provides a general description of the requirement; Part 2 Offeror Instructions: provides the instructions applicable to the clauses and conditions of the RFSO; Part 3 Offer Preparation Instructions: provides offerors with instructions on how to prepare their offer to address the evaluation criteria specified; Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the offer, and the basis of selection; Part 5 Certifications: includes the certifications to be provided; Part 6 Security, Financial and Insurance Requirements: includes specific requirements that must be addressed by offerors; and Part 7 7A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions; 7B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer. The Annexes include: Annex “A” Annex “B” Annex “C” Annex “D” Annex “E” Annex “F” - Statement of Work Basis of Payment Rate Table Information Table on Offerors and Branches List of Federal Departments and Agencies Security Requirements Checklist Part – 2 of 2 / Page 3 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 2. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Summary To provide, on an as-and-when ordered basis, computer training services. These services do not include technology-assisted training, such as computer or video assisted training and selftraining. An inventory of computer training offerors will be established, by regions of Quebec, and by various types of training, such as those listed in Annex “A”, Statement of Work. All qualified offerors who have submitted offers will be listed in the inventory. 2.1 Standing Offers To meet the needs of all the federal departments and agencies in the Province of Quebec, Canada intends to issue multiple Standing Offers to offerors of computer training service who meet the evaluation criteria and selection method specified in this document. An undetermined number of Standing Offers may be issued following this Request for Standing Offers. As a way to make administration of the Standing Offers easier, all standing offers will be issued with a “NIL” value. This doesn’t limit the volume of business the offeror may do with Canada. The computer training services will be available to all federal departments and agencies in the Province of Quebec. For the purposes of Standing Offers, Quebec is divided into nine (9) regions (excluding Outaouais, Abitibi-Témiscamingue and Nord-du-Québec) : 1) Québec (including Valcartier and Donnacona) 2) Chaudière-Appalaches and Centre-du-Québec 3) Montérégie 4) Estrie 5) Montréal 6) Laval, Lanaudière and Laurentides 7) Mauricie 8) Bas-Saint-Laurent and Gaspésie-Îles-de-la-Madeleine 9) Saguenay-Lac-Saint-Jean (including Bagoville and Jonquière) and Côte-Nord The inventory will be accessible to all of the federal departments and agencies identified in Annex “E”. The period for making call-ups against the Standing Offer is from January 1, 2015 to December 31, 2016. There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Insurance Requirements, and Part 7A - Standing Offer. For more information on personnel and organization security screening or security clauses, offerors should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgcpwgsc.gc.ca/index-eng.html) website. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT). Part – 2 of 2 / Page 4 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 3. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Security Requirement There is a security requirement associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 Standing Offer and Resulting Contract Clauses. 4. Debriefings Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person. Part – 2 of 2 / Page 5 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 2 - OFFEROR INSTRUCTIONS 1. Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the Request for Standing Offers (RFSO) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada. Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s). The 2006 (2014-03-01) Standard Instructions - Request for Standing Offers - Goods or Services Competitive Requirements, are incorporated by reference into and form part of the RFSO. Subsection 12.1. (a) and (b) of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: x x 2. Delete: sixty (60) days Insert: one hundred twenty (120) days Submission of Offers Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the Request for Standing Offers. In addition, an electronic copy of Annex “C” and Annex “D” should be submitted to the following email address : QueReceptionSoumissionsQc.QueSupplyTendersReceptionQc@tpsgc-pwgsc.gc.ca Part – 2 of 2 / Page 6 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 3. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Former Public Servant Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to comply with Treasury Board policies and directives on contracts awarded to FPS, offerors must provide the information required below before the issuance of a standing offer. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of offers is completed, Canada will inform the Offeror of a time frame within which to provide the information. Failure to comply with Canada’s request and meet the requirement within the prescribed time frame will render the offer non-responsive. 3.1 Definitions For the purposes of this clause, "former public servant" is any former member of a department as defined in the Financial Administration Act R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former public servant may be: a. an individual; b. an individual who has incorporated; c. a partnership made of former public servants; or d. a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity. "lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner. "pension" means a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act , 1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11, the Members of Parliament Retiring Allowances Act , R.S. 1985, c. M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c. C-8. Part – 2 of 2 / Page 7 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 3.2 Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Former Public Servant in Receipt of a Pension As per the above definitions, is the Offeror a FPS in receipt of a pension? YES ( ) NO ( ) If so, the Offeror must provide the following information, for all FPS in receipt of a pension, as applicable: a. name of former public servant; b. date of termination of employment or retirement from the Public Service. By providing this information, Offerors agree that the successful Offeror's status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines on the Proactive Disclosure of Contracts. 3.3 Work Force Adjustment Directive Is the Offeror a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? YES ( ) NO ( ) If so, the Offeror must provide the following information: a. name of former public servant; b. conditions of the lump sum payment incentive; c. date of termination of employment; d. amount of lump sum payment; e. rate of pay on which lump sum payment is based; f. period of lump sum payment including start date, end date and number of weeks; g. number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment program. For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including Applicable Taxes. Part – 2 of 2 / Page 8 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 4. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Enquiries - Request for Standing Offers All enquiries must be submitted in writing to the Standing Offer Authority ([email protected]) no later than seven (7) calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered. Offerors should reference as accurately as possible the numbered item of the RFSO to which the enquiry relates. Care should be taken by offerors to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that offerors do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all offerors. Enquiries not submitted in a form that can be distributed to all offerors may not be answered by Canada. 5. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their offer, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the offerors. Part – 2 of 2 / Page 9 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions Canada requests that offerors provide their offer in separately bound sections as follows: Section I: Technical Offer (one (1) hard copy of the Technical Offer and one (1) electronic copy of the Annex “D”, Information table on Suppliers and Branches, in Microsoft Excel) Section II: Financial Offer (one (1) hard copy of the financial offer and one (1) electronic copy of the Annex “C”, Rates Table, in Microsoft Excel) Section III: Certification: one (1) hard copy If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy. Prices must appear in the financial offer only. No prices must be indicated in any other section of the offer. Canada requests that offerors follow the format instructions described below in the preparation of their offer. (a) (b) use 8.5 x 11 inch (216 mm x 279 mm) paper; use a numbering system that corresponds to that of the Request for Standing Offers. In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achatsprocurement/politique-policy-eng.html). To assist Canada in reaching its objectives, offerors should: 1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and 2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders. Part – 2 of 2 / Page 10 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Section I: o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Technical Offer In their technical offer, offerors should explain and support how they propose to meet the requirements and how they will carry out the Work. Section II: Financial Offer Offerors must submit their financial offer in accordance with the Annex “B”, Basis of Payment and the Annex “C”, Rates table. The total amount of applicable taxes must be indicated separately. Payment by Credit Card Canada requests that offerors complete one of the following: (a) ( ) Government of Canada Acquisition Cards (credit cards) will be accepted for payment of call-ups against the standing offer. The following credit card(s) are accepted: and (b) ( ) Government of Canada Acquisition Cards (credit cards) will not be accepted for payment of call-ups against the standing offer. Offeror is not obligated to accept payment by credit card. Acceptance of credit cards for payment of call-ups will not be considered as an evaluation criterion. Section III: Certifications Offerors must submit the certifications required under Part 5. Part – 2 of 2 / Page 11 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. Evaluation Procedures (a) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the offers. 1.1. Technical Evaluation 1.1.1 Mandatory Technical Criteria At the Request for Standing Offer closing date, the offeror must comply with the following mandatory technical criteria and provide the documentation to support compliance. Any offer which doesn’t meet the following mandatory technical criteria will be declared non-responsive. Each criterion should be addressed separately. (A) The Offeror must provide the list of the training offered by submitting its catalogue or by providing its internet address: - Internet address: - Catalogue: The following information should appear in the catalogue or at the Internet address indicated above: - Title of training; - Training description in the language it will be taught. (eg: For training offered in French, the description given in the catalogue or on the internet should be written in French); - Duration. (B) The offeror must describe the quality control procedures he has established to ensure the quality of the training and the performance of the instructors (use additional sheets as needed): Part – 2 of 2 / Page 12 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME (C) The offeror must provide a copy of contracts or invoices, showing that the offeror has performed five (5) computer training contracts, in any category identified in this Standing Offer, for each region identified in the Annex “A”, Statement of Work, for which he has indicated rates in Annex “C”, Rate Table. These computer trainings must have been performed in the past two (2) years prior the Request for Standing Offer closing date. Each region will be evaluated separately. Therefore, if the Offeror provided these documents for at least one region for which he has indicated rates at Annex C, but he omitted to provide these documents for other regions for which he indicated rates at Annex C, the Offeror’s offer will only be considered for the regions for which the required documents were provided. For each computer training contract, the Offeror must provide: x Training Name; x Training Date; x Duration of the training; x Training Location. Example: If the Offeror had indicated rates for Montreal and Estrie regions. Then, the Offeror must provide the following: x A copy of contracts or invoices showing that the Offeror had five (5) computer training contracts, in any category, in the past two(2) years, in the Montreal region. x A copy of contracts or invoices showing that the Offeror had five (5) computer training contracts, in any category, in the past two(2) years, in the Estrie region. 1.2 Financial Evaluation 1.2.1 Financial criteria The Offeror must submit its financial offer in accordance with Annex "B", Basis of Payment and with Annex “C”, Rates Table, of the Request for a Standing Offer. The total of the firm rates of the offeror*, for each of the training categories, for a given region, must not exceed by more than 25% the average of all offerors for the same firm rates totals. If the offeror’s total exceeds by more than 25% the average of all offerors, each of the offeror’s firm totals, for that training category, for that region, will not be considered. *the total of the firm rates of the offeror will be calculated as follows : the sum of the firm daily rate per group at the users’ premises, the firm daily rate per group at the offeror’s premises and the firm daily rate per student at the offeror’s premises. Example: Total of the firm rates for a training of Type 1, Business software Training (Basic/Intermediate), in the Quebec region. Offeror A Offeror B Offeror C Offeror D 3470 2870 3065 3250 4550 3950 3330 3785 Training category 1. Word processor 2. Spreadsheets Part – 2 of 2 / Page 13 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 x o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Average of Offerors for item 1, Word processor : [ ( A + B + C + D ) / 4 ] * 1.25 = 4504,69 x Average of Offerors for item 2, Spreadsheets : [ ( A + B + C + D ) / 4 ] * 1.25 = 4329,69 The total of the firm rates for Offeror C, for item 1, Word Processor, exceeds the average by more than 25%. This training category, in this region, for Offeror C, will not be considered for the Standing Offer. 1.2.2 Evaluation of Price The price of the bid will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included. 2. Basis of Selection 2.1 Basis of Selection – Mandatory Technical Criteria only An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical and financial evaluation criteria to be declared responsive. All responsive offers will be recommended for issuance of a standing offer. Part – 2 of 2 / Page 14 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 5 - CERTIFICATIONS Offerors must provide the required certifications and associated information to be issued a standing offer. The certifications provided by offerors to Canada are subject to verification by Canada at all times. Canada will declare an offer non-responsive, will have the right to set-aside a standing offer, or will declare a contractor in default in carrying out any of its obligations under any resulting contracts, if any certification made by the Offeror is found to be untrue whether made knowingly or unknowingly during the offer evaluation period, during the Standing Offer period, or during the contract period. The Standing Offer Authority will have the right to ask for additional information to verify the Offeror’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Standing Offer Authority may render the Offer non-responsive, may result in the setting aside of the Standing Offer or constitute a default under the Contract. 1. Certifications Required Precedent to Issuance of a Standing Offer The certification listed below should be completed and submitted with the offer, but may be submitted afterward. If any of these required certifications is not completed and submitted as requested, the Standing Offer Authority will so inform the Offeror and provide the Offeror with a time frame within which to meet the requirement. Failure to comply with the request of the Standing offer Authority and meet the requirement within that time period will render the offer non-responsive. 1.1 Integrity Provisions - Associated Information By submitting an offer, the Offeror certifies that the Offeror and its Affiliates are in compliance with the provisions as stated in Section 01 Integrity Provisions - Offer of Standard Instructions 2006. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true. 1.2 Federal Contractors Program for Employment Equity - Standing Offer Certification By submitting an offer, the Offeror certifies that the Offeror, and any of the Offeror's members if the Offeror is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada-Labour's website. Canada will have the right to declare an offer non-responsive, or to set-aside a Standing Offer, if the Offeror, or any member of the Offeror if the Offeror is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list at the time of issuing of a Standing Offer or during the period of the Standing Offer. 1.3 Offeror’s responsibility (branches) By submitting an offer, the offeror certifies that it has the authority to bind its branches. Part – 2 of 2 / Page 15 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. Security Requirement 1.1 Before issuance of a standing offer, the following conditions must be meet: (a) the Offeror must hold a valid organization security clearance as indicated in Part 7A - Standing Offer; (b) the Offeror's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7A - Standing Offer; (c) the Offeror must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites; 1.2. Offerors are reminded to obtain the required security clearance promptly. Any delay in the issuance of a standing offer to allow the successful offeror to obtain the required clearance will be at the entire discretion of the Standing Offer Authority. 1.3. For additional information on security requirements, offerors should refer to the Canadian Insdustrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. 2. Financial Capability SACC Manual clause M9033T (2011-05-16) Financial Capability Part – 2 of 2 / Page 16 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. Offer 1.1 The Offeror offers to perform the Work in accordance with the Statement of Work at Annex "A". 2. Security Requirement 2.1 The following security requirement (SRCL and related clauses) applies and form part of the Standing Offer. 3. 1. The Offeror must, at all times during the performance of the Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. 3. Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD / PWGSC. 4. The Offeror must comply with the provisions of the: a) Security Requirements Check List and Security Guide (if applicable), attached at Annex “F”; b) Industrial Security Manual (Latest Edition). Standard Clauses and Conditions All clauses and conditions identified in the Standing Offer and resulting contract(s) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada. 3.1 General Conditions 2005 (2014-03-04), General Conditions - Standing Offers - Goods or Services, apply to and form part of the Standing Offer. Part – 2 of 2 / Page 17 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 3.2 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 Standing Offers Reporting The Offeror must compile and maintain records on its provision of goods, services or both to the federal government under contracts resulting from the Standing Offer. This data must include all purchases, including those paid for by a Government of Canada Acquisition Card. The Offeror must provide this data in accordance with the reporting requirements detailed in Annex "A". If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Offeror must still provide a "NIL" report. The data must be submitted on ([email protected]). a semester to the Standing Offer Authority The semester reporting periods are defined as follows: x 1st semester: July 1 to December 31; x 2nd semester: January 1 to June 30; The data must be submitted to the Standing Offer Authority no later than fifteen (15) calendar days after the end of the reporting period. x Example of information required in each report: Total amount for the semester USER from ______________ to _________________ National Defence $_____________________ Fisheries and Oceans Canada $_____________________ Transport Canada $_____________________ Part – 2 of 2 / Page 18 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 4. Term of Standing Offer 4.1 Period of the Standing Offer Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME The period for making call-ups against the Standing Offer is from January 1, 2015 to December 31, 2016. 5. Authorities 5.1 Standing Offer Authority The Standing Offer Authority is: Name: Sylvie Legendre Title: Procurement specialist Public Works and Government Services Canada Acquisitions Branch Address: 1550, d'Estimauville avenue, Quebec QC G1J 0C7 Telephone: 418-649-2860 Facsimile: 418-648-2209 E-mail address: [email protected] The Standing Offer Authority is responsible for the establishment of the Standing Offer, its administration and its revision, if applicable. Upon the making of a call-up, as Contracting Authority, he is responsible for any contractual issues relating to individual call-ups made against the Standing Offer by any Identified User. 5.2 Project Authority The Project Authority for the Standing Offer is identified in the call-up against the Standing Offer. The Project Authority is the representative of the department or agency for whom the Work will be carried out pursuant to a call-up against the Standing Offer and is responsible for all the technical content of the Work under the resulting Contract. 5.3 Offeror's Contacts See the instructions and complete the Information Table on Offerors and Branches present in Annex “D”. 6. Proactive Disclosure of Contracts with Former Public Servants A3025C (2013-03-21), Proactive Disclosure of Contracts with Former Public Servants Part – 2 of 2 / Page 19 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 7. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Identified Users Designated users authorized to issue call-ups against the Standing Offer are the persons so designated by federal departments and agencies. A list of these federal departments and agencies is shown in Annex “E” of this Request for Standing Offers. 8. Call-up Procedures Call-ups will be issued to the offeror with the lowest rate in the category meeting the requirement of the user, with right of first refusal. If the lowest offeror cannot meet the user’s requirement, the second lowest offeror will then be solicited and so on, until an offeror can meet the requirement. Note that it is the responsibility of the user to determine the nature of his requirement, select the lowest offeror from the list of offerors provided in the index of Standing Offers on the PWGSC website http://soi.pwgsc.gc.ca and proceed on a first-refusal basis. The list of offerors is available to all users of federal departments and agencies listed in Annex “E”. To determine the lowest offeror, the user must: 1. 2. 3. 4. 5. 6. Determine the region among the 9 regions; Determine the type of training among the 13 types; Determine the training category; Determine the training site (User’s or Offeror’s premises); Determine the number of students; Select the offeror with the lowest “firm daily rate” for the training requirement Example: A user has a requirement for an Excel training at the offeror’s premises, for a group of six students, in Quebec. The offeror will be selected as follows: 1. 2. 3. 4. 5. 6. 8.1 Region: “Quebec” Type of training: Business software training (Basic / Intermediate) Category: Spreadsheets Training site: Offeror’s premises Number of students: 4-6 students Offeror selection: Select the offeror with the lowest “firm daily rate” Training at the user’s premises in another administrative region When there are no offerors for a training category in a region where the services must be provided, the user can solicit an offeror from the nearest region in order to meet the requirement, while following the call-up procedures as detailed in Section 8. In such cases, travel costs will be applicable in accordance with Annex “B” of this document, Basis of Payment, travel and living costs in special circumstances 9. Call-up Instrument The Work will be authorized or confirmed by the Identified User(s) using form PWGSC-TPSGC 942, Call-up Against a Standing Offer or electronic document. Part – 2 of 2 / Page 20 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 10. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Limitation of Call-ups Individual call-ups against the Standing Offer must not exceed 40,000.00$ (Applicable Taxes included). 11. Priority of Documents If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list. a) b) c) e) f) g) h) i) j) k) the call up against the Standing Offer, including any annexes; the articles of the Standing Offer; the general conditions 2005 (2014-03-01), General Conditions - Standing Offers - Goods or Services The general conditions 2010C (2014-03-01), General Conditions – Services (Medium Complexity); Annex A, Statement of Work; Annex B, Basis of Payment; Annex C, Rates Table Annex D, Information Table on Offerors and Branches Annex E , List of Federal Departments and Agencies Annex F, Security Requirements Check List; the Offeror's offer dated _________ 12. Certifications 12.1 Compliance d) The continuous compliance with the certifications provided by the Offeror with its offer and the ongoing cooperation in providing associated information are conditions of issuance of the Standing Offer (SO). Certifications are subject to verification by Canada during the entire period of the SO and of any resulting contract that would continue beyond the period of the SO. If the Offeror does not comply with any certification, fails to provide the associated information, or if it is determined that any certification made by the Offeror in its offer is untrue, whether made knowingly or unknowingly, Canada has the right to terminate any resulting contract for default and set aside the Standing Offer. 13. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec. Part – 2 of 2 / Page 21 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 14. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Publication of Standing Offers Every authorized Regional Master Standing Offer will be listed on PWGSC’s Standing Offer Index Web site (http://soi.tpsgc.gc.ca), which be available to all users. All the terms and conditions and each offeror’s profile, which includes the following information: administrative region, type of training and category in which training is offered and firm daily rates per each offeror. 15. SACC Manual Clauses M3800C (2006-08-15), Estimates Part – 2 of 2 / Page 22 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 B. o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from a callup against the Standing Offer. 1. Statement of Work The Contractor must perform the Work described in the call-up against the Standing Offer. 2. Standard Clauses and Conditions 2.1 General Conditions 2010C (2014-03-01), General Conditions - Services (Medium Complexity) apply to and form part of the Contract. Section 13, Interest on Overdue Accounts, of 2010C (2014-03-01) will not apply to payments made by credit cards. 3. Term of Contract 3.1 Period of the Contract The Work must be completed in accordance with the call-up against the Standing Offer. 4. Proactive Disclosure of Contracts with Former Public Servants A3025C (2013-03-21), Proactive Disclosure of Contracts with Former Public Servants 5. Payment 5.1 Basis of Payment In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the contractor will be paid a firm price in accordance with Annex B, Basis of Payment, and with the rates in Annex C, Rates Table. Customs duties are included, but applicable taxes are extra. 5.2 SACC Manual Clauses C6000C (2011-05-16), Limitation of Price H1000C (2008-05-12) Single Payment A9117C (2007-11-30), T1204 – Direct Request by Customer Department Part – 2 of 2 / Page 23 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 5.3 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Payment by Credit Card The following credit cards are accepted: __________ and _________. 6. Invoicing Instructions Invoices must be submitted on a "per call-up" basis and must include the following elements: (a) (b) (c) (d) (e) (f) (g) (h) (i) (j) (k) Contractor’s name, address, etc. "Ship to" Address as per call-up Consignee code as per call-up (only required where provided) Contractor Standing Offer number (e.g. E6QUE-130006/00X/QCN) User’s requisition number as per call-up Financial codes as per call-up Period in which the training was provided Training provided Total amount payable, as per the Basis of Payment Client Reference Number (CRN) The Procurement Business Number. Original and two (2) copies must be sent to the address of the designated user specified in the call-up. 7. Insurance SACC Manual clause G1005C (2008-05-12) Insurance 8. SACC Manual Clauses A9006C (2008-05-12), Defence Contract A9062C (2011-05-16), Canadian Forces Site Regulations A9068C (2010-01-11), Government Site Regulations 9. Class cancellation: Without limiting the scope of any other condition, any call-up may be cancelled in part or entirely by the project authority, by providing a written notice to the Contractor. For any call-up terminated with a delay of at least 10 working days, no costs will be charged to Canada. At any time before the start of a training session, the project authority may replace one student by another at no charge to Canada. Part – 2 of 2 / Page 24 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX "A" STATEMENT OF WORK DESCRIPTION: To provide, on an as-and-when ordered basis, computer training services to all federal departments and agencies in the Province of Quebec (except the Gatineau region). For the purposes of the Standing Offers, Quebec is divided into nine (9) regions (Excluding Outaouais, Abitibi-Témiscamingue and Nord-du-Québec) 1) Québec (including Valcartier and Donnacona) 2) Chaudière-Appalaches and Centre-du-Québec 3) Montérégie 4) Estrie 5) Montréal 6) Laval, Lanaudière and Laurentides 7) Mauricie 8) Bas-Saint-Laurent and Gaspésie-Îles-de-la-Madeleine 9) Saguenay-Lac-Saint-Jean (including Bagoville and Jonquière) and Côte-Nord These services do not include technology-assisted training, such as computer or video assisted training and self-training. An inventory of computer training offerors will be established, by regions of Quebec, and by various types of training. The inventory will be accessible to all of the federal departments and agencies identified in Annex “E”. SERVICES The contractor must provide computer training services at the request of the designated users authorized to use the Regional Master Standing Offer. The training will be classified by type of training as described hereafter and must classify into one of the following categories: TYPE OF TRAINING Type 1 Type 2 Type 3 Type 4 Type 5 Type 6 Type 7 Type 8 Type 9 Type 10 Type 11 Type 12 Type 13 Business software training (Basic / Intermediate) Business software training (Professional / Specialized) Web training (Basic / Intermediate) Web training (Professional / Specialized) I.T. training (Basic) I.T. training (Specialized) I.T. training (Advanced Specialized) Oracle training Cisco training VMWare training EMC training NetApp training Riverbed training Part – 2 of 2 / Page 25 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 1 : Business software training (Basic / Intermediate) CATEGORIES Word processor Spreadsheets Presentation Publishing Messaging Databases Diagram Project management Web browser Operating system x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x Ms Word Ms OneNote Pages Open Office Word Perfect Writer Antidote Other Ms Excel Numbers Quattro Calc Other Ms Powerpoint Keynote Impress Other Ms Publisher Other Ms Outlook Ms Lync Lotus notes Groupwise Other Ms Access Filemaker Other Ms Visio Other Ms Project Other Internet Explorer Firefox Chrome Opera Other Windows Mac OS Linux Other Part – 2 of 2 / Page 26 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 2 : Business software training (Professional / Specialized) CATEGORIES Word processor Spreadsheets Presentation Publishing Messaging Databases Diagram Project management Operating system x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x Ms Word Ms OneNote Pages Open Office Word Perfect Writer Antidote Other Ms Excel Numbers Quattro Calc Other Ms Powerpoint Keynote Impress Other Ms Publisher Other Ms Outlook Ms Lync Lotus notes Groupwise Other Ms Access Filemaker Other Ms Visio Other Ms Project Other Windows Mac OS Linux Other Part – 2 of 2 / Page 27 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 3 : Web training (Basic / Intermediate) CATEGORIES x x x x x x x x x x x Graphics Multimedia Web design Web portal Adobe Quark Other Adobe Articulate Other Dreamweaver Expression web Other Ms SharePoint Other TYPE 4: Web training (Professional / Specialized) CATEGORIES Graphics Multimedia Web design Web portal x x x x x x x x x x x Adobe Quark Other Adobe Articulate Other Dreamweaver Expression web Other Ms SharePoint Other Part – 2 of 2 / Page 28 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 5 : I.T. training (Basic) CATEGORIES Open systems Operating system - Servers Directory service Virtualization Programming languages SQL and SQL server ComptIA x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x Linux Red Hat Apache Other Windows Exchange Novell Other AD NDS Open LDAP Other Microsoft VMWare Citrix Other C++ C# VB Java ASP.NET Php Other Oracle SQL Transact-SQL Mysql Postgresql Other A+ CTT+ Network Plus Other Part – 2 of 2 / Page 29 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 6 : I.T. training (Specialized) CATEGORIES Telecommunication Virtualization Systems analysis and design Business intelligence training Technical drawing x x x x x x x x x x x x x x x x x x x x x x x x Cisco Call Pilot Application Builder Other Microsoft VMWare Citrix Other Itil Agile UML Rup Other Transact-SQL SQL MySQL PostGreSQL Date warehousing Other Autocad Autodesk Inventor Solidworks Catia DAO Other Part – 2 of 2 / Page 30 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 7 : I.T. training (Advanced Specialized) CATEGORIES Telecommunication Virtualization Systems analysis and design Business intelligence training Security specialized x x x x x x x x x x x x x x x x x x x x Cisco ICN D1 Cisco ICN D2 Other Microsoft VMWare Citrix Other Itil Agile UML Rup Other Transact-SQL SQL MySQL PostGreSQL Date warehousing Other OSSI Other TYPE 8: Oracle training CATEGORIES Basic Specialized x x x x x x x x x x x x x Java Agile SQL PL/SQL Développement Other Java Agile Portals Siebels Enterprise Manager Administration avancée Other Part – 2 of 2 / Page 31 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 9: Cisco training CATEGORIES Entry (CCENT) Associate (CCNA) Professional (CCNP) Expert (CCIE) Architect (CCAR) x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x x Design Routing & Switching Security Service provider Voice Wireless Other Data center Design Routing & Switching Security Service provider Video Voice Wireless Other Data center Design Routing & Switching Security Service provider Voice Wireless Other Collaboration Data center Design Routing & Switching Security Service provider Wireless Other Design Other Part – 2 of 2 / Page 32 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 10: VMWare training CATEGORIES Associate (VCA) Professional (VCP) Advanced professional (VCAP) Expert (VCDX) x x x x x x x x x x x x x x x x x Cloud Data center & Virtualization End user computing Network virtualization Other Cloud Data center & Virtualization End user computing Other Cloud Data center & Virtualization End user computing Other Cloud Data center & Virtualization End user computing Other TYPE 11: EMC training CATEGORIES Basic Specialized Expert x x x x x x x x x x x x EMCDS EMCCA EMCDCA EMCSA Other EMCCA EMCDCA EMCSA Other EMCCA EMCSA Other Part – 2 of 2 / Page 33 of 41 o o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 Amd. No. – N de la modif. Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME o File No. – N du dossier QCW-3-36266 TYPE 12: NetApp training CATEGORIES x x x x x x Basic Specialized Expert NCSA Other NCDA Other NCIE Other TYPE 13: Riverbed training CATEGORIES x x x x Standard (RCSA) x x x Professional (RCSP) x x x WAN optimization Network performance management Application delivery Application performance management Other WAN optimization Network performance management Application delivery Application performance management Other The Contractor must maintain a list of the training sessions available, on a Website or provide a catalogue. At the user’s request, the contractor must provide the following information: y y y y y y y y Type of training Training category Title and description of training (English and/or French) Certification (if applicable) Teaching Language Instructions language (English and/or French) Software language (English and/or French) Duration (number of days) Part – 2 of 2 / Page 34 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Users may request slight modifications to the training offered by the contractor without changing significantly the content from that initially proposed. The teachers must be fluent in the language in which they teach (English and/or French). MANDATORY REPORTS The contractor must provide, at no additional cost to Canada, the deliverables, such as documents or reports (such as students’ evaluation reports of the training sessions) required by the users and by the Standing Offer Authority. The reports must include the reporting period, the contractor’s name, the user’s name, and the total amount billed. CONTACT AUTHORITIES The contact authorities indicated in the “Information Table on Offerors and Branches” in Annex “D” that are authorized to receive the call-ups of designated users must be able to speak in French. These contact authorities must answer users’ questions on Monday to Friday, from 9:00am to 5:00pm (email and phone call). A return email or call must be provided within a maximum of 4 working hours. TRAINING SITES 1. Training at the user’s premises: The contractor must provide the personnel and standard teaching materials, the user provides the teaching room and equipment. However, at the user’s request, the contractor may be required to comply with specific directives regarding the use of equipment, such as restrictions on laptop computers, discs or external storage devices (USB keys, DVDs, CD ROMs) on security grounds. 2. Training at the offeror’s premises: The contractor must provide the teaching room and the necessary equipment (one computer per student, work tables, chairs, projector, or other equipment) in the region in which the services are offered, ie: 1) Québec (including Valcartier and Donnacona) 2) Chaudière-Appalaches and Centre-du-Québec 3) Montérégie 4) Estrie 5) Montréal 6) Laval, Lanaudière and Laurentides 7) Mauricie 8) Bas-Saint-Laurent and Gaspésie-Îles-de-la-Madeleine 9) Saguenay-Lac-Saint-Jean (including Bagoville and Jonquière) and Côte-Nord Each teaching room must be large enough to accommodate the numbers of students in the groups for which the contractor provided rates in Annex “C”, Rates Table. Part – 2 of 2 / Page 35 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX "B" BASIS OF PAYMENT The firm rates specified at Annex “C”, rates table, are in Canadian dollars, all inclusive, applicable taxes are extra, and valid for the entire period of the standing offer. A. Firm Daily Rates: The firm daily rates included at Annex “C”, rates table, include a training lasting about 6 to 7 hours, depending on the type and category of training and the industry standard The contractor must provide a teaching room and the necessary equipment (one computer per student, work tables, chairs, projector, and any other equipment required for providing the training) in the region in which the services are offered by the Contrator, ie: 1) Québec (including Valcartier and Donnacona) 2) Chaudière-Appalaches and Centre-du-Québec 3) Montérégie 4) Estrie 5) Montréal 6) Laval, Lanaudière and Laurentides 7) Mauricie 8) Bas-Saint-Laurent and Gaspésie-Îles-de-la-Madeleine 9) Saguenay-Lac-Saint-Jean (including Bagotville and Jonquière) and Côte-Nord Each teaching room must be large enough to accommodate the numbers of students in the groups for which the contractor provided rates at Annex “C”, Rates Table. For every training and for every region, at the user’s premises or at the offeror’s premises, the form daily rates per group or per student includes the instructor, standard teaching materials, all standard expenses associated with the delivery of services, including, but not limited to, the following: local travel, word processing, reports, photocopies, courier services, evaluations and telephone calls. B.1 Firm rate for certified teaching materials per day per student The Firm rate for certified teaching materials per day per student specified at Annex “C”, rates table, will be added to the firm daily rate per student or per group. This will be applicable when, for example, a group of students take a training session in order to become certified, but only requires one (1) copy of the certified teaching materials for the entire group. A student may take a certified training without necessarily being obligated to take the certification exams. In this case, the firm daily rate per student or per group is applicable and the student will receive the standard teaching materials. Part – 2 of 2 / Page 36 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 B.2 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME Firm hourly rate for class customization at the user’s premises or at the offeror’s premises The firm hourly rate for class customization, as detailed in Annex “C”, rates table, is applicable when a user requests a modification or requires to spend a few hours with an instructor to answer questions. This rate is applicable when the user has a non-standard requirement. C.1 Training at the User’s premises For training at the user’s premises, the contractor must provide the instructor and standard teaching materials, but the user provides the teaching room and the equipment. However, at the user’s request, the contractor may be required to comply with specific directives regarding the use of equipment, such as restrictions on laptop computers, discs or external storage devices (USB keys, DVDs, CD ROMs) on security grounds. C.2 Training at the Offeror’s premises For training at the offeror’s premises, the contractor must provide the instructor, standard teaching materials, the teaching room and equipment. D.1 Private training For private training, the Contractor must provide training with an exclusive access to students from federal departments and agencies in the Province of Quebec. D.2 Public training For public training, the Contractor can provide training open to the public, comprising a group of public students and students of federal departments and agencies in the Province of Quebec. E. Travel and living expenses in special circumstances As indicated in the procedures for call-ups in Part 7A, Section 8.1, “Training at the user’s premises in another administrative region”, the contractor may be required to travel in other administrative region of the Province of Quebec. The contractor will be paid for authorized, reasonable and suitable travel and living expenses incurred while carrying out the work, with no markup allowed for overhead or profit. These costs will also be reimbursed in accordance with Treasury Board guidelines in effect at the time of travel. There will be no compensation for travel time. x All payments will be subject to government auditing. x All travel must be authorized in advance by the project leader. The following is the Web site address for the Treasury Board travel policy: http://www.tbs-sct.gc.ca/travel/travel_e.html Part – 2 of 2 / Page 37 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX "C" RATES TABLE The rate table appended to the Standing Offer documents is to be inserted at this point and forms part of this document. Part – 2 of 2 / Page 38 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX “D” INFORMATION TABLE ON OFFERORS AND OUTLETS The Information Table on Offerors and Branches appended to the Standing Offer documents is to be inserted at this point and forms part of this document. Part – 2 of 2 / Page 39 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX “E” LIST OF FEDERAL DEPARTMENTS AND AGENCIES List of identified users The identified users authorized to make call-ups against the Standing Offer are persons designated by the federal departments and agencies listed at the following address: http://www.gc.ca/depts/major/depind-eng.html Part – 2 of 2 / Page 40 of 41 o Standing Offer No – N de l’off. à comm. E6QUE-130006/A o Client Ref No. – N de réf. du client E6QUE-13-0006 o Amd. No. – N de la modif. o File No. – N du dossier QCW-3-36266 Buyer ID – id de l’acheteur QCN015 CCC No./N° CCC - FMS No./N° VME ANNEX “F” SECURITY REQUIREMENTS CHECKLIST The Security Requirements Check List (SRCL) appended to the Standing Offer documents is to be inserted at this point and forms part of this document. Part – 2 of 2 / Page 41 of 41 Annex F Contract Number 1 Numéro du contrat 1+1 Government of Canada Gouvernement du Canada E6QUE-130006 Security Classification 1 Classification de sécurité UNCLASSIFIED .. - • .. 1. Originating Government . . SECURITY REQUIREMENTS CHECK LIST (SR CL) LISTE DE VÉRIFICATION DES EXIGENCES RELA IIV~;:) A LA ;)l::\"UI'" • .- ... • • .. to IL.Y ton."'J 2. Branch or Directorate 1 Direction générale ou Direction pprovisionnement Department or Organization 1 Public Works and Government Services Canada Ministére ou organisme gouvernemental d'origine b) Name and Address of Subcontractor 1 Nom et adresse du sous-traitant 3. a) Subcontract Number 1 Numéro du contrat de sous-traitance .p. 4. Brief Description of Work 1 Brève description du travail formation micro-informatique 5. a) Will the supplier require access to Controlled Goods? Le fournisseur aura-t-il accès à des marchandises contrôlées? [(] No OYes Non OUI 5. b) Will the supplier require access to unclassified military technical data subject to the provisions of the Technical Data Control [{] No OYes Non Oui [{] . 6. a) Will the supplier and its employees require access to PROTECTED and/or CLASSIFIED information or assets? Le fournisseur ainsi que les employés auront-ils accès à des renseignements ou à des biens PROTÉGÉS eUou CLASSIFIES? (Specify the level of access using the chart in Question 7. c) (Préciser le niveau d'accès en utilisant le tableau aui se trouve à la auestion 7. c) 6. b) Will the supplier and its employees (e.g. cleaners, maintenance personnel) require access to restricted access areas? No access to PROTECTED and/or CLASSIFIED information or assets is permitted. Le fournisseur et ses employés (p. ex. nettoyeurs, personnel d'entretien) auront-ils accès à des zones d'accès restreintes? L'accès à des renseiqnements ou à des biens PROTÉGÉS eUou CLASSIFIÉS n'est pas autorisé. [(] 6. c) Is this a commercial courier or delivery requirement with no overnight storage? S'agit-il d'un contrat de messagerie ou de livraison commerciale sans entreposage de nuit? No OYes Non Oui Regulations? Le fournisseur aura-t-il accès à des données techniques militaires non classifiées qui sont assujetties aux dispositions du Règlement sur le contrôle des données techniaues? 3. Indicate the type of access required 1 Indiquer le type d'accès requis o 7. al Indicate the tvoe of information that the suoolier will be reauired to access Ilndiauer Canada n NATO 1 OTAN 7. bl Release restrictions 1 Restrictions relatives à la diffusion Ali NATO countries No release restrictions Tous les pays de l'OTAN Aucune restriction relative à la diffusion Not releasable À ne pas diffuser Restricted to: 1 Limité à : D D D Specify country(ies): 1 Préciser le(s) pays: 7. cl Level of information 1 Niveau d'information PROTECTEDA PROTÉGÉ A PROTECTED B PROTÉGÉ B PROTECTED C PROTÉGÉC CONFIDENTIAL CONFIDENTIEL SECRET SECRET TOP SECRET TRÈS SECRET TOP SECRET (SIGINT) TRÈS SECRET (SIGINT) 0 0 D D D 0 D TBS/SCT 350-103(2004/12) Restricted to: 1 Limité à : Il No [{]Yes Non Oui No OYe~ Non OUI n le tvoe d'information auauelle fournisseur devra avoir accès Foreign 1 Étranger 0 No release restrictions Aucune restriction relative à la diffusion 0 0 Restricted to: 1 Limité à : 0 Specify country(ies): 1 Préciser le(s) pays: NATO UNCLASSIFIED NATO NON CLASSIFIÉ NATO RESTRICTED NATO DIFFUSION RESTREINTE NATO CONFIDENTIAL NATO CONFIDENTIEL NATO SECRET NATO SECRET COSMIC TOP SECRET COSMIC TRÈS SECRET 0 0 0 D 0 Specify country(ies): 1 Préciser le(s) pays: PROTECTEDA PROTÉGÉ A PROTECTED B PROTÉGÉ B PROTECTED C PROTÉGÉ C CONFIDENTIAL CONFIDENTIEL SECRET SECRET TOP SECRET TRÈS SECRET TOP SECRET (SIGINT) TRÈS SECRET (SIGINT) D 0 D D 0 D D Security Classification 1 Classification de sécurité UNCLASSIFIED Canada Contract Number / Numéro du contrat +1 Gouvernement du Canada Government of Canada E6QUE-130006 Security Classification / Classification de sécurité UNCLASSIFIED ~(suite) 8. Will the supplier require access to PROTECTED and/or CLASSIFIED COMSEC information or assets? Le fournisseur aura-t-il accès à des renseignernents ou à des biens COMSEC désignés PROTÉGÉS eUou CLASSIFIÉS? If Yes, indicate the level of sensitivity: Dans l'affirmative, indiguer le niveau de sensibilité: 9. Will the supplier require access to extremely sensitive INFOSEC information or assets? Le fournisseur aura-t-il accès à des renseignements ou à des biens INFOSEC de nature extrêmement délicate? ~ l..!-J No OYes Non Oui I/l No OYes Non Oui liJ Short Title(s) of material/ Titre(s) abrégé(s) du matériel: Document Number / Numéro du document: 1#.,;1.:8@3$1'] ~I ~13'~iilij~ .13#1'1:1'$#1 ilj :eM3*1.J~I~13'1&!l!ll ,10. a) Personnel security screening level required / Niveau de contrôle de la sécurité du personnel requis [{] RELIABILITY STATUS COTE DE FIABILITÉ o TOP SECRET - SIGINT TRÈS SECRET - SIGINT o SITE ACCESS ACCÈS AUX EMPLACEMENTS o o o CONFIDENTIAL CONFIDENTIEL NATO CONFIDENTIAL NATO CONFIDENTIEL o SECRET SECRET NATO SECRET NATO SECRET o o TOP SECRET TRÈS SECRET COSMIC TOP SECRET COSMIC TRÈS SECRET Special comments: Commentaires spéciaux: NOTE: If multiple levels of screening are identified, a Security Classification Guide must be provided. REMARQUE: Si plusieurs niveaux de contrôle de sécurité sont reguis, un guide de classification de la sécurité doit être fourni. 10. b) May unscreened personnel be used for portions of the work? ~ No OYes l..!-J Non Oui Du personnel sans autorisation sécuritaire peut-il se voir confier des parties du travail? If Yes, will unscreened personnel be escorted? Dans l'affirmative, le personnel en question sera-t-il escorté? ~ l:t"il '*i.'@:mit'!;J.~j"1il@ij .13 iJU :l.' ;ii IA~!;111#14-1.]#14 ij.jjD j[l] ~11#.111;J~I~'fi3i'd l..!-J No OYes Non Oui 1 INFORMATION / ASSETS / RENSEIGNEMENTS 1 / BIENS 11. a) Will the supplier be required to receive and store PROTECTED and/or CLASSIFIED information or assets on its site or premises? Le fournisseur sera-t-il tenu de recevoir et d'entreposer sur place des renseignements ou des biens PROTÉGÉS eUou CLASSIFIÉS? I/l 11. b) Will the supplier be required to safeguard COMSEC information or assets? Le fournisseur sera-t-il tenu de protéger des renseignements ou des biens COMSEC? f71 No liJ ~ No OYes Non Oui Non OYes Oui PRODUCTION 11. c) Will the production (manufacture, and/or repair and/or modification) of PROTECTED and/or CLASSIFIED material or equipment occur at the supplier's site or premises? Les installations du fournisseur serviront-elles à la production (fabrication eUou réparation eUou modification) de matériel PROTÉGÉ eUou CLASSIFIÉ? INFORMATION TECHNOLOGY (IT) MEDIA / SUPPORT RELATIF A LA TECHNOLOGIE DE L'INFORMATION (TI) 11. d) Will the supplier be required to use its IT systems to electronically process, produce or store PROTECTED and/or CLASSIFIED information or data? Le fournisseur sera-t-il tenu d'utiliser ses propres systèmes informatiques pour traiter, produire ou stocker électroniquement des renseignements ou des données PROTÉGÉS eUou CLASSIFIÉS? 11. e) Will there be an electronic Iink between the supplier's IT systems and the government department or agency? Disposera-t-on d'un lien électronique entre le systéme informatique du fournisseur et celui du ministère ou de l'agence 1 gouvernementale? TBS/SCT 350-103(2004/12) f71 No OYes L!..J Non Oui f7l No OYes Non Oui f7l No OYes Non Oui L!..J l..!-J Security Classification / Classification de sécurité UNCLASSIFIED Canada Contract Number / Numéro du contrat 1+1 Gouvernement du Canada Government of Canada E6QUE-130006 Security Classification / Classification de sécurité UNCLASSIFIED For users completing the form manually use the summary chart below to indicate the category(ies) and level(s) of safeguarding required at the supplier's site(s) or premises. Les utilisateurs qui remplissent le formulaire manuellement doivent utiliser le tableau récapitulatif ci-dessous pour indiquer, pour chaque catégorie, les niveaux de sauvegarde requis aux installations du fournisseur. For users completing the form online (via the Internet), the summary chart is automatically populated by your responses to previous questions. Dans le cas des utilisateurs qui remplissent le formulaire en ligne (par Internet), les réponses aux questions précédentes sont automatiquement saisies dans le tableau récapitulatif. Category Catégorie SUMMARY CHART PROTÉGÉ B C CONFIDENTIAl CONFIDENTIEL SECRET TABLEAU RÉCAPITULATIF COMSEC NATO CLASSIFIED CLASSIFIÉ PROTECTED A / Top SECRET NATO RESTRICTED NATO CONFIDENTIAl TRËS SECRET NATO DIFFUSION RESTREINTE CONFIDENTIEL NATO SECRET NATO COSMIC Top SECRET COSMIC PROTECTED PROTËGË A B C SECRET CONFIDENTIAl Top SECRET TRËS SECRET CONFIDENTIEL TRËS SECRET Information 1 Assets Renseianements 1 Biens Production I~T Media 1 Suooort TI IT Link 1 Lien électronioue f7l 12. a) Is the description of the work contained within this SRCL PROTECTED and/or CLASSIFIED? La description du travail visé par la présente LVERS est-elle de nature PROTÉGÉE eUou CLASSIFIÉE? If Yes, classify this form by annotating the top and bottom in the area entitled "Security Classification". Dans l'affirmative, classifier le présent formulaire en indiquant le niveau de sécurité dans la case intitulée de sécurité li au haut et au bas du formulaire. ~ No Non D Yes OUI « Classification 12. b) Will the documentation attached to this SRCL be PROTECTED and/or CLASSIFIED? La documentation associée à la présente LVERS sera-t-elle PROTÉGÉE eUou CLASSIFIÉE? f/l L,{j No Non D Yes Oui If Yes, classify this form by annotating the top and bottom in the area entitled "Security Classification" and indicate with attachments (e.g. SECRET with Attachments). Dans l'affirmative, classifier le présent formulaire en indiquant le niveau de sécurité dans la case intitulée « Classification de sécurité li au haut et au bas du formulaire et indiquer qu'il y a des pièces jointes (p. ex. SECRET avec des pièces 'ointes\. TBS/SCT 350-103(2004/12) Security Classification / Classification de sécurité UNCLASSIFIED Canada
© Copyright 2024 ExpyDoc