DND Identification cards

Solicitation number W6369-19X015/A

Publication date

Closing date and time 2018/11/28 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    W6369-19X015/A
    Gagné, Kathleen
    kathleen
    
    DND Identification cards - Summary
    
    The National Defence Identification Services (NDIS) team is responsible for the creation and modification of various types of Canadian Forces (CF) and Department of National Defence (DND) identification cards. The average number of identification (ID) and specialty cards required is approximately 48,000 per year.  
     
    The Contractor must provide the materials as specified in the Annex "A" Statement of Work for the creation of identification and specialty cards for Military members, civilian employees, Foreign Forces, and individuals who accompany the CF for DND in support of the NDIS. 
    
    The NDIS section logo must be printed on the laminate rolls and pouches as a security feature
    
    The Contractor must provide on an "as and when" required basis the items listed in the Statement of Work. These items must be delivered within five (5) working days after receipt of order.
    
    The period of the Contract is from February 01, 2019 to January 31, 2022 inclusive.  The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional One (1) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.
    
    There are no security requirements associated with this requirement. For additional information, bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    
    The requirement is subject to a preference for Canadian goods and/or services.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    THE EVALUATION WILL BE COMPLETED IN TWO (2) PHASES.
    
    This solicitation includes mandatory technical criteria. Refer to Part 3, Part 4, Annex "E", and Annex "F" of the Request for Proposal
    
    Evaluation Procedures PHASE I
    
    (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria for Phase I.
    
    (b) An evaluation team composed of representatives of Canada will evaluate the bids.
    
    (c) The evaluation team will determine first if there are two or more bids with a valid Canadian Content certification. In that event, the evaluation process will be limited to the bids with the certification; otherwise, all bids will be evaluated. If some of the bids with a valid certification are declared non-responsive, or are withdrawn, and less than two responsive bids with a valid certification remain, the evaluation will continue among those bids with a valid certification. If all bids with a valid certification are subsequently declared non-responsive, or are withdrawn, then all the other bids received will be evaluated.
    
    A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria in M.1, M.2, and M.3 to be declared responsive for Phase I.
    
    Basis of Selection - PHASE I
    
    a. A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria (M.1, M.2, and M.3) for Phase I to be declared responsive. 
    
    b. The responsive bid with the lowest total evaluated price will be evaluated in Phase II.
    
    c. In the event of a tie in the Total evaluated price, the Bidder with the lowest evaluated price for the Period of the Contract (B.1.2) included in the Annex "B" Basis of Payment will be recommended for evaluation in Phase II.
    
    EVALUATION - PHASE II:
    
    The responsive bid with the lowest total evaluated price in Phase I will be evaluated in Phase II as follows:
    
    (a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.
    
    (b) An evaluation team composed of representatives of Canada will evaluate the bids.
    
    Basis of Selection - PHASE II
    
    a. A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria in PHASE I and PHASE II to be declared responsive. 
    
    b. The responsive bid with the lowest total evaluated price evaluated in Phase I and that passes the pre-production sample evaluation (Phase II - M.4) will be recommended for award of a contract.
    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

    • Canadian Free Trade Agreement (CFTA)

    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, Kathleen
    Phone
    (613) 990-9189 ( )
    Email
    kathleen.gagne@tpsgc-pwgsc.gc.ca
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    French
    2
    005
    English
    8
    004
    French
    0
    French
    1
    004
    English
    10
    English
    6
    003
    French
    1
    003
    English
    10
    002
    French
    2
    002
    English
    12
    001
    French
    0
    French
    5
    001
    English
    14
    English
    12
    000
    French
    2
    000
    English
    68

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    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: