Maintenance on CanadaBuys

The CanadaBuys website and SAP Ariba will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • CanadaBuys on Friday, March 21, 8:00 pm until March 22 12:00 am (EDT)
  • SAP Ariba on Saturday, March 22 from 8:00 pm until March 23 12:00 am (EDT)   

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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Gagné-Templeman, Kathleen
    Phone
    (613) 990-9189 ( )
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Statistics Canada
    Address
    150 Tunney's Pasture Driveway
    Ottawa, Ontario, K1A0T6
    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.

    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

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: