Document Scanning & Coding
Solicitation number 19217-180065/A
Publication date
Closing date and time 2019/07/31 14:00 EDT
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: The bidder must supply Canadian goods and/or services Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: 19217-180065/A Leblanc(CX Div.), Marc-Andre Telephone No. - (873) 354-5948 ( ) Line 1, Scanning and Coding Services LETTER OF INTEREST REGARDING THE ISSUANCE OF A REQUEST FOR STANDING OFFER FOR THE PROVISION OF SCANNING & CODING SERVICES FOR THE DEPARTMENT OF JUSTICE This is not a bid solicitation. Public Services and Procurement Canada (PSPC) is releasing this Letter of Interest (LOI) as a first step to inform all interested parties of the following potential procurement activity: The purpose of this notice is to make Canadian industry aware that PSPC is seeking to issue a Request for Standing Offer (RFSO) for the provision of scanning and coding services on behalf of the Department of Justice. The purpose of this LOI is to make industry aware of particular security requirements related to this procurement, which must be met before issuance of an Offer to a supplier. A copy of the draft statement of work which includes a description of the services that may be required has been attached to this notice. Interested suppliers should familiarize themselves with the document in order to best be prepared to respond to an eventual RFSO. IMPORTANT NOTE TO INTERESTED SUPPLIERS There are multiple security requirements associated with this requirement. At a minimum, ALL offerors will need to obtain at a Designated Organization Screening at the level of PROTECTED B to be issued a Standing Offer. Prior to issuance of Standing Offers, the following will be required of suppliers: 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CISD/PWGSC. 3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B. 4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 5. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex _____; (b) Industrial Security Manual (Latest Edition) An additional work stream will exist for suppliers who are able to meet the following additional security requirements: 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, with approved Document Safeguarding at the level of SECRET, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to CLASSIFIED information, assets or sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CISD/PWGSC. 3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive CLASSIFIED information until CISD/PWGSC has issued written approval. After approval has been granted, these tasks may be performed at the level of SECRET. 4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 5. The Contractor/Offeror must comply with the provisions of the: (a) Security Requirements Check List and security guide (if applicable), attached at Annex ______; (b) Industrial Security Manual (Latest Edition). Suppliers who are interested in this requirement but who do not hold the required security clearances may use the following link to obtain instructions on how to obtain them: http://www.tpsgc-pwgsc.gc.ca/esc-src/enquete-screening-eng.html The proposed requirement will be subject to PSPCs Policy on Canadian Content and therefore will be solely limited to suppliers offering Canadian goods and services. A resulting bid solicitation would be used to establish up to four (4) National Individual Standing Offers for the delivery of the requirement, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement outside the resulting Offers. The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). Suppliers should note that this LOI is not a pre-selection process. There will be no short listing of firms for purposes of undertaking any future works, as a result of this LOI. The issuance of this LOI is not to be considered in any way as a commitment by Canada, or as authority for the respondent to undertake any work which could be charged to Canada, nor is this RFI to be considered a commitment to issue eventual RFSOs or issue eventual Standing Offers in relation to these services. Canada shall not be bound by anything stated in this LOI. Canada reserves the right to change all or any parts of this LOI as deemed necessary. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. 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
- Leblanc, Marc-André
- Phone
- (873) 354-5948 ( )
- Email
- TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Department of Justice Canada
- Address
-
284 Wellington StreetOttawa, Ontario, K1A0H8Canada
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.B011.E77431.EBSU001.PDF | 001 |
English
|
20 | |
ABES.PROD.PW__CW.B011.F77431.EBSU001.PDF | 001 |
French
|
4 | |
ABES.PROD.PW__CW.B011.E77431.EBSU000.PDF | 000 |
English
|
76 | |
ABES.PROD.PW__CW.B011.F77431.EBSU000.PDF | 000 |
French
|
9 |
Access the Getting started page for details on how to bid, and more.