Aviation document booklets and labels

Solicitation number T8518-130090/B

Publication date

Closing date and time 2015/02/12 14:00 EST

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: 
    Aviation document booklets and labels
    
    T8518-130090/B
    Gagné-Templeman, Kathleen
    Telephone No. - (613) 990-9189 
    
    kathleen.gagne-templeman@pwgsc-tpsgc.gc.ca
    
    Line1, Contractor for the printing for ADB
    
    STREAM A:  PRINTING AND FINISHING OF AVIATION DOCUMENT BOOKLETS
    (ADB) AND LABELS
    
    STREAMB: CUSTOMIZATION OF ADBs INCLUDING WAREHOUSING OF
    PRE-PRINTED ADBs AND LABELS, ORDER RECEIVING AND FULFILLMENT,
    CUSTOMIZATION AND DISTRIBUTION
    
    SUMMARY:
    
    Contractors bidding on this tender are to clearly identify with
    they are bidding on Stream A or Stream B or bidding on both
    Stream A and Stream B. This requirement may result in the
    issuance of two (2) separate contracts, one (1) for Stream A and
    one (1) for Stream B.
    
    The Contract or contracts will be in effect from the date of
    award until December 31, 2017.
    
    There are security requirements associated with this
    requirement. For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses. For more information on personnel
    and organization security screening or security clauses, bidders
    should refer to the Industrial Security Program (ISP) of Public
    Works and Government Services Canada
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website".
    
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2003, bidders must provide a list of all owners
    and/or Directors and other associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    For services requirements, Bidders must provide the required
    information as detailed in article 2.3 of Part 2 of the bid
    solicitation, in order to comply with Treasury Board policies
    and directives on contracts awarded to former public servants.
    
    The requirement is limited to Canadian goods and/or services.
    
    The Federal Contractors Program (FCP) for employment equity
    applies to this procurement; see Part 5 - Certifications, Part 7
    - Resulting Contract Clauses and the annex titled Federal
    Contractors Program for Employment Equity - Certification.".»
    
    STREAM A:  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.  The Contractor will also print specialized
    labels, on an "as required" basis. 
    
    AVIATION DOCUMENT BOOKLET:
    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
    (24 pages + end-leaves + covers).
    The ADB also includes a "sewn-in" laminate before page 1 which
    is adhered to page 2 after customization. 
    The security printing techniques that are required for the ADBs
    include:
    -	Variable line width relief pattern;
    -	Variable size reverse and micro lettering;
    -	Anti-copy line patterns;
    -	Variable size wavy text;
    -	Three level multiplex feature;
    -	Fine line Guilloche patterns on End sheet and data page and on
    back End sheet;
    -	Single colour tactile intaglio printing with latent image and
    white line Guilloche pattern;
    -	Rainbow (prismatic printing);
    -	Reactive (solvent sensitive) inks on all pages;
    -	UV inks on all pages;
    -	Three level multiplex feature with embedded page numbers;
    -	Laser perforation numbering;
    -	Unique document number/barcode on page 24; and
    -	Printing of a security seal unique to Transport Canada on
    specified pages
    
    Materials - Including Security Features:
    
    Cover	-   0.25 Tanotex (or acceptable equivalent ) blue;
    
    Text pages   -	Special watermarked security paper, minimum
    thickness 90gsm, receptive to ink jet printing, resistant to
    bleed through, Optically dead text paper with invisible
    fluorescing fibres, chemically reactive paper (solvent
    sensitive), 
    
    Embossing -  Synthetic gold foil.
    
    Laminate - Variable sized flowing visible text on laminate,
    invisible fluorescent UV image printed, 
    heat activated adhesive coated one side providing a protective
    cover to the data page (3) following customization.
    
    UNIQUE LABELS ON LABEL CARRIER SHEETS
    
    The permits, licences and medical certificates will be presented
    in the form of a unique label.
    The label and label carrier are part of the same sheet. Blank
    labels are pre-printed and kiss-cut on the label carrier.
    
    Security Printing Techniques Required for the Labels on Carrier
    Sheets include:
    -	Single colour background printing incorporating fine line
    interlocking security pattern;
    -	UV Reactive (solvent sensitive) penetrating ink for logo and
    FIP;
    -	Secure lithographic printing (invisible and UV); and
    -	Optically variable inks (OVI).
    
    1D bar coded to each booklet. Numbering instructions will be
    provided to the Contractor by the TC Procurement Authority, as
    required. The bar code will be machine readable with
    corresponding visual number for verification.
    
    Material - Labels on Label Carrier (Including Security
    Features): 
    -	Optically dead text paper with one (1) colour invisible UV
    fibres, visible UV fibres and two (2) colour visible (non-UV)
    fibres;
    -	Chemically reactive paper (solvent sensitive); and
    -	Non-peelable permanent adhesive, strong enough to prevent the
    label, once attached, from being removed without destroying it
    (same as motor vehicle licence plate stickers). There is a
    possibility to have the label made of a frangible type of paper.
    Contractor to confirm with the PWGSC Contracting Authority.
    
    STREAM B: Transport Canada Civil Aviation (TCCA) has a
    requirement for a Contractor to provide warehousing of
    pre-printed Aviation Document Booklets and labels, order
    reception and fulfillment, insertion of labels and distribution
    of orders using Transport Canada (TC) envelopes with postage
    paid on Transport Canada's account on an "as required" basis.
    
    The Contractor will be responsible for the complete supply chain
    process of storage, reporting, order processing and order
    fulfillment, customization, distribution (using Transport Canada
    envelopes that will be supplied with Canada Post account
    information to cover postage costs), tracking and reporting of
    activity.
    
    EVALUATION PROCEDURES AND BASIS OF SELECTION
    
    Bids will be assessed in accordance with the entire requirement
    of the bid solicitation including the  technical and financial
    evaluation criteria for Stream A and/or Stream B.
    
    Bids submitted for Stream A and Stream B will be evaluated
    separately. The responsive bid with the lowest evaluated price
    per point will be recommended for award of a contract.
    
    MANDATORY TECHNICAL CRITERIA - STREAM A
    
    M.1: BIDDER'S EXPERIENCE - PRODUCING SECURE MULTI-PAGE
    LICENCE/PASSPORT STYLE BOOKLETS AS DESCRIBED IN THE STATEMENT OF
    WORK
    To demonstrate that the Bidder has experience producing secure
    multi-page licence/passport style booklets as described in the
    Statement of Work, the Bidder must provide a detailed
    description of two (2) previous contracts for which the Bidder
    was under contract to one (1) or two (2) external clients to
    provide the printing and finishing/binding of secure of
    multi-page licence/passport style booklets to be used for
    customization after printing. 
    M.1.1	The detailed description of the two (2) contracts
    (combined) must demonstrate that the Bidder provided security
    printing techniques which included all of the following:
    - Intaglio printing
    - Anti-copy line patterns
    - Fine line Guilloche patterns or variable size micro-lettering
    - Rainbow (prismatic printing)
    - Reactive (solvent sensitive) inks on all pages
    - UV inks on all pagesImpression en creux
    
    M.1.2	The detailed description of the two (2) contracts must
    demonstrate that each of the printed secure multi-page
    licence/passport style booklets required multiple ink colours.
    
    M.1.3	The detailed description of the two (2) contracts
    (combined) must demonstrate that the printed secure multi-page
    licence/passport style booklets included the following
    additional security features:
    - printing of a security seal or supply and application of a
    hologram on selected pages
    - printing of a unique document number on selected text pages
    
    M.1.4	The detailed description of the two (2)
    contracts(combined) must demonstrate that the paper/substrate
    used for the printed secure multi-page licence/passport style
    included the following security features:
    - optically dead security papers
    - chemically reactive paper (solvent sensitive)
    
    M.1.5 	The quantity of multi-page licence/passport style
    booklets supplied by the Bidder for at least one (1) of the two
    (2) described contracts was a minimum of 50,000 booklets/bound
    documents.
    
    M.1.6 	The printed multi-page licence/passport style booklets
    required the inclusion of a laminate sheet printed using
    security printing techniques such as variable sized flowing
    visible text on the laminate and bound in the finished booklet
    for at least one (1) of the two (2) described contracts.
    
    For each contract the Bidder must provide the following
    information:
    the client information;
    the quantity of printed and bound multi-page licence/passport
    style booklets produced by the Bidder;
    the paper for the cover and text pages;
    the laminate substrate used and security printing requirements
    included in the bound multi-page licence/passport style booklets
    (as applicable to the contract);
    the size and the number of pages of the multi-page
    licence/passport style booklets;
    the security printing techniques used for the printing of the
    multi-page licence/passport style booklets;
    the number of ink colours (as applicable to the contract);
    other security features included in the multi-page
    licence/passport style booklets, (as applicable to the contract);
    the binding/finishing requirements of the multi-page
    licence/passport style booklet;
    the customization requirements of the multi-page
    licence/passport style booklets after printing.
    M.2: BIDDER'S EXPERIENCE -  PRODUCING SECURE PRINTED LABELS AS
    DESCRIBED IN THE STATEMENT OF WORK
    To demonstrate that the Bidder has experience producing the type
    of secure printed labels as described in the Statement of Work,
    the Bidder must provide a detailed description of two (2)
    previous contracts for which the Bidder was under contract to
    one (1) or two (2) external clients to provide printing using
    secure printing techniques and finishing of die-cut/kiss-cut
    labels on carrier sheets to be used for customization after
    printing.
    M.2.1	The detailed description of the two (2) contracts
    (combined) must demonstrate that the Bidder provided security
    printing techniques which included all of the following:
    - Multiple ink colours;
    - Reactive (solvent sensitive) inks, and
    - UV inks on all labels
    
    M.2.2	The detailed description of the two (2) contracts must
    demonstrate that each of the printed labels included additional
    security features such as the printing of a security seal or
    other unique identifier.
    
    M.2.3	The detailed description of the two (2)
    contracts(combined)  must demonstrate that the paper/substrate
    used for the printed secure labels included the following
    security features:
    - optically dead security papers;
    - chemically reactive paper (solvent sensitive); and
    - non-peelable permanent adhesive.
    
    M.2.4 	The quantity of labels supplied by the Bidder for at
    least one (1) of the two (2) described contracts was a minimum
    of 50,000 labels on carrier sheets.
    
    M.2.5 	The finishing of the printed labels for at least one (1)
    of the two (2) described contracts required die-cutting or
    kiss-cutting on a printed carrier sheet.
    For each contract the Bidder must provide the following
    information:
    - the client information;
    - the quantity of printed and finished labels produced by the
    Bidder;
    - the label paper/substrate used for the labels;
    - the secure printing techniques used for the printing of the
    labels (as applicable to the contract);
    - the additional security features such as the printing of a
    security seal or other unique identifier;
    - the number of ink colours(as applicable to the contract);
    - the printing requirements of the carrier sheets (as applicable
    to the contract); and
    - the die-cutting/kiss-cutting requirements of the printed
    labels and sheets (as applicable to the contract);
    M.3:  BUSINESS CONTINUITY PLAN
    Bidders must demonstrate their capability to maintain production
    and delivery of the Transport Canada requirements during events
    that would negatively impact their normal operations. 
    Bidders must demonstrate this capability by providing a Business
    Continuity Plan (BCP) for each facility (physical plant where
    work required under the Contract is carried out including
    facilities that are owned by same legal entity as the Bidder
    and/or joint venture partner(s) and subcontractor's facilities)
    identified in their proposal.
    The Business Continuity Plan submitted for M.2 will be evaluated
    in the point rated criteria R.3.
    MANDATORY TECHNICAL CRITERIA - STREAM B
    
    M.1	BIDDER'S EXPERIENCE - PROVIDING WAREHOUSING, ORDER RECEIVING
    AND FULFILLMENT AND CUSTOMIZATION SERVICES AS DESCRIBED IN THE
    STATEMENT OF WORK 
    
    To demonstrate that the Bidder has experience providing the
    services as specified in the Statement of Work, the Bidder must
    provide a detailed description of two (2) previous contracts for
    which the Bidder was under contract to one (1) or two (2)
    external clients to provide warehousing of printed materials,
    inventory management, order receiving and fulfillment,
    customization of pre-printed booklet style multi-page documents,
    customization and application of pre-printed labels, preparation
    for distribution and delivery as described in the Statement of
    Work.
    
    M.1.1	The detailed description of the two (2) contracts
    (combined) must demonstrate that the Bidder provided the
    following services as a part of the contracts:
    - Warehousing of pre-printed materials supplied to the Bidder.
    - Inventory management.
    - Order receipt and fulfillment on an on-going basis.
    - Customization of pre-printed booklet style multi-page
    documents.
    - Customization and application or insertion of pre-printed
    labels.
    - Preparation for distribution and distribution.
    
    For each contract the Bidder must provide the following
    information:
    the client information;
    the quantity of printed and bound multi-page licence/passport
    style booklets customized by the Bidder each year (as applicable
    to the contract);
    - the warehousing and inventory management requirements (as
    applicable to the contract);
    - the order receiving and fulfillment requirements (as
    applicable to the contract);
    - the customization requirements for the bound multi-page
    licence/passport style booklets;
    - the customization requirements for the pre-printed labels (as
    applicable to the contract);
    - the requirements for the application of the customized labels
    into documents (as applicable to the contract); and
    - requirements for the preparation and delivery of the completed
    items to final destinations (as applicable to the contract).
    M.2 	BUSINESS CONTINUITY PLAN
    Bidders must demonstrate their capability to maintain production
    and delivery of the Transport Canada requirements during events
    that would negatively impact their normal operations. 
    Bidders must demonstrate this capability by providing a Business
    Continuity Plan (BCP) for each facility (physical plant where
    work required under the Contract is carried out including
    facilities that are owned by same legal entity as the Bidder
    and/or joint venture partner(s) and subcontractor's facilities)
    identified in their proposal.
    The Business Continuity Plan submitted for M.2 will be evaluated
    in the point rated criteria R.3.
    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)
    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
    010
    English
    8
    010
    French
    2
    009
    English
    5
    009
    French
    2
    008
    English
    4
    008
    French
    2
    007
    English
    5
    007
    French
    1
    006
    English
    6
    006
    French
    2
    005
    English
    5
    005
    French
    1
    004
    English
    4
    004
    French
    1
    003
    English
    6
    003
    French
    2
    002
    English
    9
    002
    French
    2
    001
    English
    9
    001
    French
    1
    000
    English
    28
    000
    French
    8

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

    Summary information

    Notice type
    Request for Proposal
    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