SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

VARIABLE PRINT AND DISTRIBUTION

Solicitation number M9474-122457/A

Publication date

Closing date and time 2013/05/31 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: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    VARIABLE PRINT AND DISTRIBUTION
    
    M9474-122457/A
    Papadatos, Tasia
    Telephone No. - (613) 990-6690
    Email - tasia.papadatos@pwgsc.gc.ca
    
    IMPORTANT NOTICE TO SUPPLIERS
    
    Government of Canada is moving its Government Electronic
    Tendering Service from MERX to Buyandsell.gc.ca/tenders on June
    1, 2013
    
    Starting June 1, 2013, federal government tenders (tender
    notices and bid solicitation documents) will be published and
    available free of charge on a Government of Canada Web site on
    Buyandsell.gc.ca/tenders.
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders will be the sole authoritative source
    for Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Get more details in the Frequently Asked Questions section of
    Buyandsell.gc.ca/tenders. 
    
    After June 1, 2013, all tenders and related documents and
    amendments will be on Buyandsell.gc.ca/tenders.  
    
    On June 1, 2013, suppliers must go to Buyandsell.gc.ca/tenders
    to check for amendments to any tender opportunities that they
    have been following on MERX prior to June 1.
    
    VARIABLE PRINT AND DISTRIBUTION
    
    The Canadian Firearms Program of the Royal Canadian Mounted
    Police (RCMP) requires a contractor to provide DVD replication,
    electronic file transfer, data processing, variable imaging,
    printing (static and variable), collating, inserting and mailing
    of various material to the public, on a scheduled basis. 
    Postage will be included in the contract and will be
    approximately $600,000 per year.
    
    The principal variable print products associated with CFIS are:
    
    Pre-populated Licence Renewal Application Package (Individuals)
    (RCMP 5614/CAFC979 and 	RCMP  5656/CAFC1061) 
    Reminder notice for individuals (RCMP 5657/CAFC1062) 
    Pre-populated Licence Renewal Applications Package (Business)
    (RCMP 5615/CAFC980 and 	RCMP 5661/CAFC1069) 
    Reminder notice for Business (RCMP 5662/CAFC1070) 
    Pre-populated Licence Renewal Applications Package (Carrier)
    (RCMP 5640/CAFC1014 and 		RCMP 5663/CAFC1071) 
    Reminder notice for Carrier (RCMP 5664/CAFC1072)
    Notice to Possession Only Licence holders with no firearms (RCMP
    5655/CAFC1060)
    Firearm Registration Certificates (RCMP 5596/CAFC936)
    Firearm Identification Number (FIN) Stickers (RCMP 5557/CAFC820) 
    
    Renewal application packages contain a pre-populated notice
    (cover letter) and a pre-populated application (multi-page with
    information sheet and application).  Reminder notices only
    contain a pre-populated notice.  Samples of an application, a
    notice, a registration certificate and FIN sticker card are
    included in Addendum 1 to the Statement of Work.
    
    The period of the contract will be for three (3) years with two
    (2) option periods of one (1) year each.
    
    There is a security requirement associated with this
    requirement. For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses.  Bidders should consult the
    "Security Requirements for PWGSC Bid Solicitations -
    Instructions for Bidders" document on the Departmental Standard
    Procurement Documents Web site.
    (http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.html#a31).
    
    Pursuant to section 01 of Standard Instructions 2003 and 2004,
    Bidders must submit a complete list of names of all individuals
    who are currently directors of the Bidder.  Furthermore, as
    determined by the Special Investigations Directorate,
    Departmental Oversight Branch, each individual named on the list
    may be requested to complete a Consent to a Criminal Record
    Verification form.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    The requirement is limited to Canadian goods and/or services.
    
    The mandatory requirements are:
    
    M.1   CORPORATE EXPERIENCE
    
    The Bidder must provide a description of a contract for a
    client, undertaken during the five (5) years prior to the
    closing date of this RFP, which includes all of the following:
    
    1	Preparation of data sets of a minimum 100,000 records for
    Variable Printing: consisting of multiple outputs with each
    output requiring of merging static and variable information;
    2	Printing of multiple outputs of varying sizes and paper types
    with each output requiring printing of variable information;
    3	Mailing preparation with sortation and handling in accordance
    with Canada Post requirements for incentive lettermail, matching
    and insertion of multiple variable items, insertion of
    additional inserts and delivery to Canada Post;
    4	Storage of material produced or supplied in advance of the
    mailing activities.
    
    M.2  CONTRACT PROJECT MANAGER
    
    The Bidder must identify an individual who will act as the
    Contract Project Manager assigned to this contract and the
    single point of contact to manage the implementation and
    on-going provision of the required services during the period of
    the Contract. This designated Project Manager must have, within
    the last five [5] years prior to the closing date of the RFP,
    worked as the Project Manager for a contract requiring all of
    the following:
    
    1	Processing of client supplied data files of at least 100,000
    records for variable printing of multiple outputs with each
    output requiring merging static and variable information;
    2	Variable printing of at least 100,000 impressions that require
    mail matching of at least two (2) items;
    3	Mailing operations that require mail matching of at least two
    (2) items and sortation to achieve letter mail presort incentive
    rates.
    	
    M3.	SECURITY
    
    a)	Ensure that the server, receiving the CFP extract file, is
    able to receive and safeguard Protected B information and is
    located in an area that has restricted access.  This can range
    anywhere from locating it in a locked room to locating it in a
    building that has secured access;
    b)	Email exchange of PDF proof must be encrypted with RCMP
    Standard for Encryption (PKI base type), if Protected A-B;
    c)	The proposed facility must have a valid PWGSC CIISD
    "Protected B' Document safeguarding capability and the proposed
    personnel resources (project manager and back-up) are required
    to have a valid RCMP security clearance level of reliability
    status. 
    d)	The Service Provider must not utilize its information
    technology systems to electronically process, produce or store
    PROTECTED-B information until the CISD/PWGSC has issued written
    approval.
    
    
    
    
    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
    Papadatos, Tasia
    Phone
    (613) 990-6690 ( )
    Fax
    (613) 993-2581
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    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: