Permanent Resident Card
Solicitation number B8362-120420/A
Publication date
Closing date and time 2013/05/31 14:00 EDT
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: Yes Nature of Requirements: Permanent Resident Card B8362-120420/A Werk, Janet Telephone No - (613) 998-3968 Janet.werk@pwgsc-tpsgc.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. Bookmark Buyandsell.gc.ca/tenders now to be ready for June 1! Nature of Request for Information This is not a bid solicitation. This Request for Information (RFI) will NOT result in the award of any contract. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, 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. The existence of this RFI does not imply that the Government of Canada (Canada) has made a final decision on any of the initiatives discussed. The GOC may not select any of the equipment identified in any response nor proceed any further in any procurement action as a result of this RFI, and shall not be liable under any circumstances to any supplier who has prepared a response. Purpose of this Request for Information This RFI seeks information from vendors with respect to the state of the art in secure identity cards. Interested parties are encouraged to provide information they feel that the Canada should be aware of in determining the appropriate features to incorporate in a secure identity card for permanent residents of Canada and the costs of cards and proposed security features. This RFI includes a draft version of the Annex A Statement of Work. Canada wants to know what new or existing security features are available for secure identity cards and what each feature would cost as part of a secure identity card. Ideally, vendors will provide a breakdown of cost per feature that Canada can use to assess what features will best meet program needs and to calculate the approximate price of a secure identity card incorporating different features. In proposing security features, vendors should describe each feature, its unit cost and the rationale for it, including information on features' resistance to fraudulent alteration and duplication. The final version of the card is likely to include some form of information storage such as a 2D barcode or contactless chip and antenna array. Vendors should include information on information storage media for secure identity cards in their submissions. Canada has selected a wallet size format for the card and will use the machine reading and data layout principles contained in the International Standards published by ICAO and ISO for Machine Readable Travel Documents (Part 3 of Document 9303). The security features of the card must meet the environmental requirement for visual document examination, namely Tier I and II of security, and must include Tier III features. For clarity, these are defined as: - Tier I security features allow verification and detection of falsification with the use of the human senses alone, in an average light environment condition, such as an airport ticket/boarding counter without the need for any devices or tools. - Tier II security features are invisible to the naked eye and require a tool or device to detect such as micro printing or ultraviolet ink, requiring small pocket tools for their inspection (magnifier, retro-viewer, UV lamp or other small portable tools). - Tier III security features require specialized knowledge and/or sophisticated means such as microscopes, chemical analysis, spectrometers, or electronic reader/decoders, ink analysis equipment. For maximum benefit to this RFI process, respondents proposing technologies that are in development are encouraged to provide preliminary information and pricing to Canada, in the strictest confidence. Canada will not accept any proposed security features, production processes and/or methods that are proprietary to the Respondent. Nature of Responses Requested Respondents are at their own discretion in this regard, but Canada is seeking relevant information, simply and directly stated, in order to avoid undue work by respondents and undue effort by Canada to analyze the results. Responses from potential suppliers to this RFI will assist Canada in formulating a procurement strategy that meets Canada's business and operational requirements. Respondents are requested to review Annex A and to submit written responses. Respondents should explain any assumptions they make in their responses. 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 Annex A. Respondents should note that Annex A is a draft document and remains 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. Format of Responses 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 RFI number, the volume number and the full legal name of the respondent. Title Page: The first page of each volume of the response, after the cover page, should be the title page, which should contain: * the title of the respondent's response and the volume number; * the name and address of the respondent; * the name, address and telephone number of the respondent's contact; * the date; and * the RFI number. Number of Copies: submit one hard copy and one (1) softcopy (on a USB/CD or DVD). Response Costs Canada will not reimburse any respondent for expenses incurred in responding to this RFI. Treatment of Responses 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. 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. 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. Enquiries: Because this is not a bid solicitation, Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential suppliers. However, respondents with questions regarding this RFI may direct their enquiries to: Contracting Authority: Janet Werk E-mail Address: janet.werk@pwgsc-tpsgc.gc.ca Telephone: 613-998-3968 Facsimile: 613-993-2581 Standard Clauses and Conditions: All clauses and conditions identified by number, date, and title are set out in the Standard Acquisition Clauses and Conditions (http://ccua-sacc.tpsgc-pwgsc.gc.ca/pub/acho-eng.jsp) Manual issued by Public Works and Government Services Canada. General Conditions 2030 General Conditions - Higher Complexity - Goods, Supplemental conditions 4002 Software Development or Modification Services 4007 Canada to Own Intellectual Property Rights in Foreground Information Submission of Responses Time and Place for Submission of Responses: Respondents should send responses herein by the date specified on the front page of this RFI to PWGSC Bid receiving unit: 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. Identification of Response: Each respondent should ensure that its name and return address, the RFI number and the closing date appear legibly on the outside of the response. Canada retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Werk, Janet
- Phone
- (613) 998-3968 ( )
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Citizenship and Immigration 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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__CW.B020.E62779.EBSU000.PDF | 000 |
English
|
23 | |
ABES.PROD.BK__CW.B020.F62779.EBSU000.PDF | 000 |
French
|
9 |
Access the Getting started page for details on how to bid, and more.