Production Insertion Equipment

Solicitation number PW-18-00839529

Publication date

Closing date and time 2018/10/03 15:00 EDT

Last amendment date


    Description

    Procure to Pay (P2P) Solicitation Link (Please use this link and select the solicitation):

    https://sscp2pspc.ssc-spc.gc.ca/page.aspx/en/rfp/request_browse_public

    R28540

    Request for Proposals (RFP)

    1. Definition of requirement

    A review of the Canada Revenue Agency (CRA) Print to Mail (PTM) production has been completed and while the volumes of printed output are decreasing, there is a need to maintain the CRA’s PTM production capability for several more years.

    To ensure operational requirements are met SSC has a need to replace the current installed base of insertion equipment supporting cut sheet production output in CRA’s Winnipeg and Summerside sites.

    CRA produced a total of over 87 million mail pieces in fiscal 2016/2017 in the two CRA national print and mail production sites. It is anticipated that this volume will reduce over time as printed output migrates to electronic formats. CRA operates a total of six (6) Bowe Bell & Howell inserters located at the two CRA National Print and Mail Production Sites in Winnipeg, Manitoba and Summerside, Prince Edward Island (3 inserters per site).

    Only one Contract will be awarded pursuant to this Solicitation.

    This bid solicitation is being issued by SSC. The resulting contract will be used by SSC to provide shared services to the Canada Revenue Agency (CRA). It is intended to result in the award of a contract for a period of four (4) years, plus three (3) one-year irrevocable options allowing Canada to extend the term of the contract. This bid solicitation does not preclude Canada from using another method of supply for entities of the Government of Canada with the same or similar needs.

    On May 28, 2012, the Government of Canada announced on the Government Electronic Tendering Service that it had invoked the National Security Exception under the trade agreements in respect of procurements related to email, networks and data centres for Shared Services Canada. As a result, this requirement is subject to the National Security Exception.

    Bidders must provide a list of names, or other related information as needed, pursuant to section 01, Integrity Provisions - Bid of Standard Instructions 2003 - Goods or Services - Competitive Requirements.

    There is a Federal Contractors Program (FCP) for employment equity requirement associated with this procurement: see Part 5 – Certifications, Part 7 – Resulting Contract Clauses and the annex named Federal Contractors Program for Employment Equity – Certification.”

    There is a supply chain integrity requirement associated with this requirement, see Part 2, article 2.10 Part 3, article 3.5, Part 4, article 4.2, and Part 7, article 7.19 for additional information.

    The RFP includes a provision for the Bidder to provide a trade-in price for Canada-owned existing inserters.

    2. Procurement Modernization Pilot Project

    SSC’s Agile Bid Compliance (ABC) process – Pilot for Two Bid Closing Dates: SSC is running a pilot project involving a Preliminary Closing Date and a Final Closing Date. SSC will conduct a preliminary evaluation of technical mandatory requirements and provide a Preliminary Evaluation Notice to bidders to consider before submitting their bids on the Final Closing Date. Participation by bidders is mandatory.

    This pilot is an initiative intended to increase the diversity of bidders on government contracts, in particular businesses owned or led by Canadians from under-represented groups, such as women, Indigenous Peoples, persons with disabilities, and visible minorities, who may have less experience submitting bids. It is intended to increase the accessibility of the procurement system to such groups and increase the capacity of these groups to participate in the system now and in the future by providing them with the opportunity to address deficiencies in their bids before the Final Closing Date.

    This pilot is also intended to support the goal of best value for Canada, by increasing the number of bids eligible for contract award. The pilot has this in common with the Public Services and Procurement Canada Phased Bid Compliance Process, but is distinct because it involves two separate closing dates. For any bidder that has participated in SSC’s pilot for the Pre-Bid Compliance Check, please note that the current process is distinct from the SSC’s Pre-Bid Compliance Check process.

    As SSC will be evaluating the success of the pilot, bidders are encouraged to submit their comments regarding this process. Bidders may submit their questions and comments to the Contracting Authority through P2P or directly to ssc.ssc-dc-rfp-spc-cd-dp.spc@canada.ca. Canada may also request that the bidder complete a survey regarding its experience.

    3. Bidders’ Conference

    A bidders' conference in the form of a webex will be held on August 27, 2018 at 10:00 A.M. EST. The ABC process outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend. Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance. Bidders should provide in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than August 24, 2018 at 12:00 P.M. EST.

    Any question other than those related to the Pre-Bid Compliance Check Process will not be answered during the bidders’ conference. Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. The bidders’ conference is optional. Bidders who do not attend may still submit a bid proposal.

    4. Security requirement

    This solicitation contains a requirement for vendor and personnel security screening.

    5. Trade Agreements

    This requirement is subject to the following agreements:

    Canada has invoked the National Security Exception in respect of this requirement and, as a result, none of the trade agreements apply to this requirement.

    Comprehensive Land Claims Agreements (CLCAs) do not apply as all the goods and services shall be delivered in regions not covered by Land Claim Agreements.

    6. The Preliminary closing date for a submission of Proposal:

    September 18, 2018 @ 2:00, PM Eastern Standard Time (EST)

    7. The Final closing date for a submission of Proposal:

    October 3, 2018 @ 2:00, PM Eastern Standard Time (EST)

    8. Bidder Inquiries

    Suppliers may inquire or submit emails to:

    SSC Data Centre RFP
    ssc.ssc-dc-rfp-spc-cd-dp.spc@canada.ca

    Canada Post submissions:
    Shared Services Canada
    *For Canada Post deliveries only include PO Box 9808, Station T CSC, K1G 4A8

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Contracting authority
    Innes, Stephen
    Phone
    613-219-4703
    Email
    stephen.innes@canada.ca
    Address
    SSC
    Procurement and Vendor Relationships
    Transformation Initiatives
    180 Kent Street, 13th Floor
    P.O. Box 9808, STN T CSC
    Ottawa, Ontario, K1G 4A8
    Canada

    Buying organization(s)

    Organization
    Shared Services Canada
    Address
    90 Metcalfe Street
    Ottawa, Ontario, K0A 0C3
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    005
    English
    10
    005
    French
    0
    004
    English
    7
    004
    French
    0
    003
    English
    15
    English
    4
    English
    4
    English
    5
    French
    0
    French
    0
    French
    1
    003
    French
    3
    002
    English
    15
    002
    French
    2
    001
    English
    20
    001
    French
    1
    English
    16
    English
    10
    000
    English
    38
    English
    10
    English
    17
    English
    11
    French
    1
    French
    0
    French
    3
    French
    3
    000
    French
    3
    French
    2

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: