Census 2016
Solicitation number 45045-130020/A
Publication date
Closing date and time 2013/08/07 14:00 EDT
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: REQUEST FOR INFORMATION CENSUS - PRINTING/IMAGING/ASSEMBLY 1. NATURE OF REQUEST FOR INFORMATION This is a Request for Information (RFI) and not a bid solicitation. No contract will be awarded as a result of this RFI nor will this RFI result in the creation of any source list; however, this RFI includes a Request for Industry Comments at Addendum A, a draft version of the Annex A Statement of Work at Addendum B, draft Evaluation Criteria at Addendum C and the Security Requirements Check List and related Security guides at Addendum D. The written comments received by Canada will not be specifically shared or referred to in the final solicitation document and any comments provided as a result of this RFI should not contain any restrictions of use. Canada acknowledges that any information collected will be utilized by Canada in an anonymous fashion. The procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI. This requirement is limited to Canadian goods and/or services. 2. KEY TERMS Behaviour Test Field Procedures: internal process put in place to test the behaviour of Statistics Canada's procedures relating to field operations prior to the 2016 Census. Self-mailer: self-contained piece of mail that has space for an address and postage and can be mailed without a wrapper or envelope. 3. PURPOSE OF THIS RFI This RFI is issued for the purpose of: - Alerting industry to a future procurement action for the supply of print material (i.e., questionnaires, envelopes and letters) production and preparation for distribution requirements for the 2016 Census of Canada (May 10, 2016) and its' associated 2014 BT Field Procedures; - Obtaining feedback from industry concerning the requirement and the planned procurement process; and - To sponsor all suppliers interested in obtaining or upgrading their security level, in order to bid on the requirement when the Request for Proposal will be published on the Government Electronic Tendering Service (GETS). 4. BACKGROUND Various questionnaires, envelopes, and inserts are required to conduct the Census. The Contractor will be required to provide all printing, variable imaging (all questionnaires distributed to dwellings are to be imaged with two unique bar codes, a secure access code, geographic information and, in most cases, an address and in certain cases, a name), preparation for mailing/distribution and short term storage activities, that are to meet the specific operational and technical requirements. All of the Contractor's processes must be in place and ready to be exercised for the 2014 BT Field Procedures as well as the 2016 Census. Statistics Canada's approach to mail-out and data collection for the 2016 Census will follow an approach that will involve three (3) stages (waves) of mail-out. Wave 1: Approximately 12.5 million letters with variable printing will be required for Wave 1. This letter will include a secure access code meant to encourage the householder to complete his/her census questionnaire on the Internet. The invitation letter will also include a Statistics Canada telephone number for the householder to call to request a paper questionnaire. The volume of questionnaire packages that will be required to be printed in advance is approximately 2 million. These questionnaires will be imaged in two (2) formats (linear and 4-state) with a barcode that must be readable through the mail-out envelope. This barcode will then be linked to the true address requested via Statistics Canada's Questionnaire Request System (QRS) as part of a separate addressing activity that will be undertaken by Statistics Canada. Statistics Canada will provide files to the contractor containing all the information necessary for the imaging. Wave 2: The Contractor must produce approximately 8.6 million reminder letters for all non-responding dwellings starting two (2) days after Census Day. The list of non-responding dwellings will be updated on a daily basis, as responses are received, and Statistics Canada will identify to the contractor those dwellings where printing of a Wave 2 reminder letter is no longer required. The Wave 2 printing must be completed as quickly as possible to a maximum of three (3) days in order to allow sufficient time for the dwelling to respond prior to the start of Wave 3. This letter will include imaging of a dwelling address and a secure access code. Wave 3: Questionnaire packages will be sent to all dwellings that received an Internet invitation letter in Wave 1 and a reminder letter in Wave 2 and have not yet responded. As with the QRS, Wave 3 questionnaire packages will be prepared in advance and will require imaging of barcodes only (linear and 4-state). In addition to the questionnaires, the Wave 3 packages will also include the insertion of a non-imaged covering letter. It is estimated that approximately 4.5 million questionnaire packages will be required for this wave. These barcodes will be linked to an address in a separate addressing activity that will be undertaken by Statistics Canada. In addition to quantities noted above, approximately 4 million loose questionnaires, the majority of which will not require imaging, will be required for enumeration, testing, and information purposes. 5. REQUIREMENTS 5.1 Printing Questionnaires - 56 different questionnaires are to be printed for the 2016 Census. Up to 8 different questionnaires are to be printed for the 2014 BT Field Procedures. These questionnaires range in size from 1 to 40 pages. Envelopes - 48 different envelopes are to be printed. Both mail-out and mail-back envelopes are required. Envelopes will vary in size depending on the questionnaire. Letters - The Wave 1 Internet invitation letter and the Wave 2 letter will be a one (1) page bilingual self-mailer format. The volumes of these letters are expected to be 12.5 million for Wave 1 and 8.6 million for Wave 2. Inserts - One (1) 6-page bilingual insert (guide) is required to accompany the Census questionnaire including the voluntary questions. In addition, there will be requirements for a one (1) page bilingual Wave 3 letter which will accompany Wave 3 questionnaire packages. 5.2 Imaging with variable data Imaging with variable data refers to the application of all, or a combination of an address, name (Form 6 only), geographic identifier, two unique bar codes (linear and four-state) and a secure access code, to a printed questionnaire or letter. Data files - Statistics Canada will provide electronic data files to the Contractor which will contain all the information to be imaged onto questionnaires. 5.3 Preparation for mailing, or distribution This includes assembly, packaging, insertion and mail matching and refers to the gathering of various pieces of printed material, including uniquely imaged questionnaires based on the type, delivery methodology and language requirements. In most cases, mail matching will be required (i.e., French and English versions of imaged questionnaires gathered together). 5.4 Warehousing The Contractor will store completed products for the time required between production and ongoing pick up. All questionnaire packages and printed materials will be picked up at the printing plant, on an as-ready basis. 5.5 Quality Control A Statistics Canada quality control program will be implemented for both the 2014 BT Field Procedures and the 2016 Census. This quality control program will be in addition to all quality control to be completed by the Contractor. The Contractor must provide space on its premises for this operation. In addition, Statistics Canada may provide the Contractor with a software tool to aid in the measurement and collection of quality metrics. 5.6 Period of Contract The Contract will be for a period of approximately three (3) years. 5.7 Security Requirements of the RFP Reliability Status for personnel and Protected B for Document Safeguarding, facilities and Electronic Data Processing is required. In addition to PWGSC procedures, the Contractor's facilities will also be verified by Statistics Canada's security officers for compliance. Canada will not delay the award of any contract to allow bidders to obtain the required clearance. Suppliers interested in upgrading their security level or obtaining the security level must send a written request by e-mail to: Kathleen.gagne-templeman@tpsgc-pwgsc.gc.ca 5.8 Additional terms and conditions to 2030 - General Conditions - Higher Complexity Goods The Contractor must ensure that all the databases containing any information related to the Work are located in Canada or, if the Contracting Authority has first consented in writing, in an alternate jurisdiction. The Contractor must ensure that all domestic network traffic (meaning traffic initiated in one part of Canada to a destination or individual located in another part of Canada) is routed exclusively through Canada, unless the Contracting Authority has first consented in writing to an alternate route. The Contractor must not subcontract (including to an affiliate) any function that involves providing a subcontractor with access to any data relating to the Contract unless the Contracting Authority first consents in writing. 6. NATURE AND FORMAT OF RESPONSES REQUESTED Responses from potential suppliers this RFI will assist Public Works and Government Services Canada (PWGSC) and Statistics Canada in formulating a procurement strategy that meets Statistic Canada's business and operational requirements. Respondents are requested to review Addendum B and Addendum C and to submit written responses to the information requested in Addendum A. Respondents should explain any assumptions they make in their responses. In addition to providing responses to the information requested in Addendum A, respondents may submit comments, concerns, suggestions and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied or improved upon. Respondents may also submit comments regarding the content, format and/or organization of Addendum B. Respondents should note that the Addendum B (Annex A Statement of Work) and Addendum C (Evaluation criteria) are draft documents and remain a work in progress. Respondents should not assume that components or requirements could not be added to, deleted or revised in any bid solicitation that could ultimately be issued by Canada. Comments regarding any aspect of the draft document are welcome. 7. FORMAT OF RESPONSES (a) Cover Page: If the response includes multiple volumes, respondents are requested to indicate on the front cover page of each volume the title of the response, the solicitation number, the volume number and the full legal name of the respondent. (b) Title Page: The first page of each volume of the response, after the cover page, should be the title page, which should contain: (i) the title of the respondent's response and the volume number; (ii) the name and address of the respondent; (iii) the name, address and telephone number of the respondent's contact; (iv) the date; and (v) the RFI number. (c) Numbering System: Respondents are requested to prepare their response using a numbering system corresponding to the one in this RFI. All references to descriptive material, technical manuals and brochures included as part of the response should be referenced accordingly. (d) Number of Copies: Canada requests that respondents submit 2 electronic copies, in PDF format, of their response (on a USB key). 8. RESPONSE COSTS Canada will not reimburse any respondent for expenses incurred in responding to this RFI. 9. TREATMENT OF RESPONSES (a) Use of Responses: Responses will not be formally evaluated. However, the responses received may be used by Canada to develop or modify procurement strategies or any draft documents contained in this RFI. Canada will review all responses received by the RFI closing date. Canada may, in its discretion, review responses received after the RFI closing date. (b) Review Team: A review team composed of representatives of Statistics Canada and PWGSC will review the responses. Canada reserves the right to hire any independent consultant, or use any Government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses. (c) Confidentiality: Respondents should mark any portions of their response that they consider proprietary or confidential. Canada will handle the responses in accordance with the Access to Information Act. (d) Follow-up Activity: Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response. Canada reserves the right to invite any or all respondents to present their submissions to this RFI and/or perform a product demonstration. 10. ENQUIRIES This is not a bid solicitation. Accordingly, Canada will not respond to enquiries in writing or by circulating answers to all potential suppliers. However, Respondents who have questions should submit them to: Kathleen Gagné-Templeman PWGSC, Services and Specialized Acquisitions Management Sector (SSAMS) Communication Procurement Directorate Constitution Square 12-360 Albert Street Ottawa, Ontario KIA OS5 Telephone: 613-990-9189 Facsimile: 613-991-5870 E-mail: Kathleen.gagne-templeman@pwgsc-tpsgc.gc.ca 11. SUBMISSION OF RESPONSES Potential suppliers are not required to submit information under this RFI to qualify for any future bid solicitations for this requirement. Documents may be submitted in either official language of Canada. All written responses to this RFI should be submitted to: Public Works and Government Services Canada Bid Receiving Unit Place du Portage, Phase III Core 0A1 - 11 Laurier Street Gatineau, Quebec K1A 0S5 Responsibility for timely delivery: Each Respondent is solely responsible for ensuring its response is delivered on time to the correct location. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Gagné-Templeman, Kathleen
- Phone
- (613) 990-9189 ( )
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Statistics Canada
- Address
-
150 Tunney's Pasture DrivewayOttawa, Ontario, K1A0T6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__CW.B010.F63047.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW__CW.B010.F63047.EBSU001.PDF | 001 |
French
|
9 | |
ABES.PROD.PW__CW.B010.F63047.EBSU003.PDF | 003 |
French
|
0 | |
ABES.PROD.PW__CW.B010.F63047.EBSU000.PDF | 000 |
French
|
14 | |
ABES.PROD.PW__CW.B010.E63047.EBSU002.PDF | 002 |
English
|
10 | |
ABES.PROD.PW__CW.B010.E63047.EBSU001.PDF | 001 |
English
|
19 | |
ABES.PROD.PW__CW.B010.E63047.EBSU000.PDF | 000 |
English
|
42 | |
ABES.PROD.PW__CW.B010.E63047.EBSU003.PDF | 003 |
English
|
3 |
Access the Getting started page for details on how to bid, and more.