SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Aviation document booklets and labels

Solicitation number T8518-130090/A

Publication date

Closing date and time 2014/04/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR INFORMATION 
    
    TRANSPORT CANADA CIVIL AVIATION
    
    1) PRINTING OF AVIATION DOCUMENT BOOKLETS AND LABELS 
    
    2) CUSTOMIZATION OF PRINTED BOOKLETS - INCLUDING WAREHOUSING
    PRE-PRINTED AVIATION DOCUMENT BOOKLETS, ORDER RECEPTION AND
    FULFILLMENT, APPLICATION OF LABELS AND DISTRIBUTION OF ORDERS.
    
    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, draft Mandatory Evaluation Criteria, a draft version
    of the Annex A Statement of Work for the printing and finishing
    of Aviation Document Booklets and Labels, at Addendum B, a draft
    version of the Annex A Statement of Work for the customization
    of Aviation Document Booklets and Labels, at Addendum C and the
    Security Requirements Check List 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
    
    Customization: 
    
    For the purposes of this requirement is defined as the
    Preparation and printing of supplied data of individual
    information and photograph as required for Aviation Document
    Booklets and labels
    
    3. PURPOSE OF THIS RFI
    
    This RFI is issued for the purpose of obtaining feedback from
    industry regarding a future two (2) stream procurement action
    for the printing, finishing, warehousing and supply of
    customized Aviation Document Booklets and labels :
    
    A) Obtaining feedback from industry regarding the planned
    procurement process to separately procure the printing and
    finishing of Aviation Document Booklets and labels from the
    personalization requirements (including warehousing, order
    reception and fulfillment, application of labels and
    distribution).
    
    B) STREAM 1) Printing, finishing and supply of Aviation Document
    Booklets and labels ready for overprinting; 
    
    b.1 Obtaining feedback from industry regarding security printing
    alternatives to the stated requirement for Intaglio printing of
    the Aviation Document booklets;
    
    b.2 Obtaining feedback from industry regarding alternatives to
    the varnish and embossing requirements of the Aviation Document
    booklets;
    b.3 Obtaining feedback from industry regarding the manner in
    which the required clear dark varnish would be printed on the
    data page of the Aviation Document Booklets in order to ensure
    that it does not cause problems with the laminate used;
    
    C) STREAM 2) Warehousing, order reception and fulfillment
    including customization of Aviation Document Booklets and
    labels, application of labels as required and distribution to
    destinations; 
    
    c.1 Obtaining feedback from industry regarding the industry
    capability to provide warehousing, order receiving and
    fulfillment, personalization and distribution services as
    specified for the Aviation Document Booklets and labels;
    
    c.2 Obtaining feedback from industry regarding the industry
    capability to customize pre-printed Aviation Document Booklets
    and labels as specified;
    
    4. BACKGROUND
    
    Transport Canada Civil Aviation (TCCA) has a requirement for a
    Contractor to continue with the printing of the Aviation
    Document Booklet (ADB) that is similar in appearance to, and
    having some similar security features as the Canadian Passport.
    A Visual copy of an existing "voided" Aviation Document Booklet
    is included as reference. Unless otherwise stated, the printing
    and customization is to follow the existing ADB exactly and in
    all regards.
    
    The Contractor will also print specialized labels, on an "as
    required" basis. Visual copies of existing labels are provided
    for reference. Unless otherwise stated the printing and
    personalization is to follow the existing labels exactly and in
    all regards.
    
    5. REQUIREMENTS
    
    5.1 Aviation Document Booklets - General Description (Refer to
    details in Addendum A)
    
    Twenty-four (24) page saddle-sewn book plus four (4) additional
    pages on front and back as reinforced end leaves when inside
    pages are folded and gathered into signature form with 19 mm
    strip of cloth laminated at binding margin with a separate
    cover. 
    
    The ADB will be an exact copy of the existing ADB in all regards
    unless otherwise stated. It will conform to the standards
    required by ICAO's Doc 9303 for Machine Readable Travel
    Documents (MRTD), Volume1.
    
    The ADB will be issued to all Canadian flight crew
    licence/permit holders and air traffic controllers (ATC) in the
    specified colour blue (current ADB PMS Codes: 659, 427, 652 and
    497).
    
    The design and text will be provided by the TCCA Project
    Authority. The external cover page will be a heavy
    wear-resistant jacket, front and back that securely binds and
    protects the internal pages. Special security features are to be
    imbedded in the printing on the insides of both the front and
    back cover and the pages.  
    
    5.2 Aviation Document Booklet Labels - General Description
    (Refer to details in Addendum A and B)
    
    The Contractor must supply and print the labels. 
    
    The booklet will require that permits, licences and medical
    certificate labels be inserted into them to become part of the
    booklet. These labels will be exactly the same in all regards to
    the existing labels currently in use unless otherwise stated.
    
    Labels will be coloured to ensure that they are easily
    distinguishable.  Labels will be bilingual.  Labels will have
    security features to prevent alteration. A bilingual warning
    note will be on all labels that will say "Valid only in Booklet
    No./Valide seulement dans le carnet no".
    
    Each booklet will have sections to accommodate the different
    types of labels. These sections are:
    - Licence and Permit; and
    - Medical Certification.
    
    The Licence, Permit or Medical Certificate will normally be
    printed on one label.  
    
    5.3  Warehousing, Order reception and fulfillment including
    Customization, Application of labels as required and
    Distribution of orders  - General Description (Refer to details
    in Addendum B)
    
    Transport Canada Civil Aviation (TCCA) has a requirement for a
    Contractor to personalize (personalization, print and
    distribute) the Aviation Document Booklet (ADB) that unless
    otherwise stated, exactly follows the existing ADB. 
    
    5.3.1  Warehousing, Order Receiving and Fulfillment
    
    The Contractor will store supplied pre-printed Aviation Document
    Booklets and Labels ready for personalization.  
    
    The Contractor will also print specialized labels for updating
    the ADB, once issued. 
    
    The Contractor will be responsible for the complete supply chain
    process of storage, inventory control, order processing and
    order fulfillment including customization
    
    The Contractor will be responsible for all ordering and
    inventory activity reporting. 
    
    The Contractor will be responsible for application of labels in
    Aviation Document Booklets and insertion of labels if required.
    
    5.3.2  Preparation for distribution and Distribution
    
    The Contractor will be responsible for the packaging,
    preparation for distribution and delivery to final destinations
    using the envelope that TCCA will supply and using the Priority
    Post service of Canada Post  as well as tracking of orders.
    
    5.4 Quality Control
    
    The Aviation Document Booklets and Labels must conform to the
    standards required by ICAO's Doc 9303 for Machine Readable
    Travel Documents (MRTD), Volume 1.
    
    The Contractor must perform all necessary quality assurance
    procedures to ensure the final product meets the specified
    quality levels.
    5.5 Period of Contract
    
    The Contract will be for a period of approximately two (2) years
    with the option to extend under the same conditions for two (2)
    periods of one (1) year each.
    
    5.6 Security Requirements of the RFP
    
    The Contractor must, at all times during the performance of the
    Contract, hold a valid Designated Organization Screening (DOS)
    with approved Document Safeguarding and Production Capabilities
    at the level of PROTECTED B, issued by the Canadian Industrial
    Security Directorate, Public Works and Government Services Canada
    
    Reliability Status for personnel requiring access to PROTECTED
    information, assets or work site(s) and Protected B for
    Electronic Data Processing (including an IT Link at the level of
    B) is required
    
    Canada will not delay the award of any contract to allow bidders
    to obtain the required clearance.
    
    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
    one (1) hard copy and one (1) copy electronic 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
    Transport 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

    • Agreement on Internal Trade (AIT)

    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
    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
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    000
    English
    35
    001
    English
    8
    002
    English
    5
    000
    French
    6
    002
    French
    3
    001
    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

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: