SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Printing ID Cards

Solicitation number 47060-146146/C

Publication date

Closing date and time 2014/04/10 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Printing ID Cards
    
    47060-146146/C
    Werk(cw), Janet
    Telephone No. - (613) 998-3968 
    Janet.werk@pwgsc-tpsgc.gc.ca
    
    This procurement is subject to national security exception and
    is, therefore, excluded from all of the obligations of the trade
    agreements.
    
    This bid solicitation cancels and supersedes previous bid
    solicitation number 47060-146146/B dated January 29, 2014 with a
    closing of Feb. 13, 2014 at 2 p.m. A debriefing or feedback
    session will be provided upon request to bidders who bid on the
    previous solicitation.
    
    To acquire goods and services to produce identification (ID),
    authority, chip, and designation cards that will reflect the new
    Federal Identity Program (FIP) Heraldic Branding of the  Canada
    Border Services Agency.
    
    The Contractor must print information on selected locations of
    the identification, authority, and designation cards.
    
    The Contract is in effect for a period of one (1) year from
    award of contract inclusively with the irrevocable option to
    extend the term of the Contract by up to four (4) additional one
    (1) year periods under the same conditions.
    
    There is an IT security and an ID card Security Guide
    requirement associated with this requirement. For additional
    information, consult Part 6 - Security Requirement, and Part 7 -
    Resulting Contract Clauses and Annex C. 
    
    This procurement is subject to national security exception and
    is, therefore, excluded from all of the obligations of the trade
    agreements.
    
    THE REQUIREMENT IS LIMITED TO CANADIAN SUPPLIERS.
    
    The location of the print production site for the card MUST be
    in Canada. Only the holograms may be printed outside of Canada. 
    
    Bidders must provide a list of names or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2003 (preferably with your bid).
    
    Phase 1: Mandatory Criteria - All Bidders
    
    A bid must comply with the requirements of the bid solicitation
    and meet all Phase 1 mandatory technical evaluation criteria to
    be declared responsive.
    
    Phase 2:  Prototype evaluation
    
    The two responsive bids with the lowest and second lowest total
    aggregate price will proceed to Phase 2, which is the evaluation
    of prototype cards.
    
    Phase 1:
    
           1.1.1. Mandatory Technical Criteria  - Phase 1 - ALL
    Bidders
    
    Bidders MUST meet the mandatory criterion of the RFP.  No
    further consideration will be given to bidders not meeting the
    mandatory criterion.
    
    The mandatory requirements are:
    
    M.1   	To demonstrate that the Bidder has experience producing
    the type of cards described in the Annex A Statement of Work,
    the Bidder must provide a detailed description of two (2)
    previous contracts for one (1) or more external clients, for
    which the Bidder supplied large quantities of PVC or composite
    cards to be used for personalization.
    
    The detailed description must demonstrate all of the following:
    
    M.1.1	The Bidder provided custom imprinting for the cards
    supplied for at least one (1) of the two (2) described contracts.
    	
    M.1.2	The cards supplied by the Bidder for at least one (1) of
    the two (2) described contracts included a hot stamped or
    embedded  holographic image.
    
    M.1.3 	The cards supplied by the Bidder for at least one (1) of
    the two (2) described contracts were RFID technology proximity
    cards.
    
    M.1.4 	The quantity of  cards supplied by the Bidder for at
    least one (1) of the two (2) described contracts was a minimum
    of 15,000 cards.
    
    The detailed description must also include the following for
    each contract description:
    		a.	the client information;
    		b.	the quantity of cards supplied and delivered; 
    		c.	a description of the cards supplied under the contract
    including:
    ·	the card material;
    ·	the size of the card;
    ·	the imprint requirements;
    ·	the holographic image requirement, as applicable;
    ·	the RFID technology requirements of the card, as applicable. 
    	
    M.2	Location of Work
    
    The Bidder must provide the full details of all the location of
    all the work being performed under this contract including all
    subcontractors as per PART 3 - BID PREPARATION INSTRUCTIONS
    Section IV and Part 7 - RESULTING CONTRACT CLAUSES clause  3.2
    Contractor's Site or Premises  and  3.2.1 Contractor's Proposed
    Subcontractors including but not limited to Printing of the
    holograms.
    
    The detailed description must include the following for each
    work location:
    
    a)	Address:
    	Street Number / Street Name, Unit / Suite / Apartment Number
    	City, Province, Territory / State
    	Postal Code / Zip Code  Country
    
    b)	What work will be performed at this location?
    
    1.2	Financial Evaluation   
    
    The price of the bid will be evaluated in Canadian dollars, the
    Goods and Services Tax or the Harmonized Sales Tax excluded, FOB
    destination, Canadian customs duties and excise taxes included. 
    
    For evaluation purposes, the firm all inclusive prices submitted
    in the Annex B, Basis of Payment for the period of the contract
    and all of the option years will be multiplied by the quantity
    for evaluation specified and then added, as specified in the
    Annex B Basis of Payment excel spreadsheet being distributed
    through GETS (BuyandSell.gc.ca), to determine the Total
    Aggregate Price. The completed excel spreadsheet is to be
    returned with your proposal in both hard and soft copy formats. 
    
    1.3 	Phase 2:  Prototype evaluation
    
    The two responsive bids with the lowest and second lowest total
    aggregate price will proceed to Phase 2 which is the evaluation
    of prototype cards.
    
    M.1 For Phase 2, the Bidder must provide ten (10) prototype
    cards of Card B with the "chip" activated and ten (10) prototype
    cards of Card C printed as per the artwork supplied and as
    specified in the Annex A Statement of Work. The PWGSC
    Contracting Authority will provide the Bidder with the artwork
    for these prototypes as either PDF or EPS files as well as a the
    artwork for the holographic* image to be used for the basis to
    produce the required prototype cards. 
    
    * Due to the timeframe requirement for these prototypes, the
    Bidder may use a generic holographic image that contains the
    same properties of the one required for the CBSA ID Cards for
    this stage however all holograms must meet the size and
    placement and other specs set out in the Annex A Statement of
    work and artwork.
    
    The Bidder must deliver the completed prototype cards for
    evaluation to the PWGSC Contracting Authority within fifteen
    (15) business days from receipt of the artwork. 
    
    The evaluation team will evaluate these prototypes in accordance
    with the criteria listed in Table 1.
    
    The cost of producing this prototype must form part of ANNEX B
    Basis of Payment. After the evaluation of these prototypes has
    been completed, CBSA will pay for the prototypes based on the
    pricing submitted in Annex B (section B.M.2) using an
    acquisition card.
    
    If any of the prototype cards for Card "B" submitted by the
    Bidder fail to operate because the "chip" was not activated and
    will not permit CBSA to program the card to work on the CBSA
    Tyco/ADT card readers, then the submitted card(s) that are non
    operational will be returned to the Bidder.
    
    The Bidder will be permitted to activate these cards and return
    them to the PWGSC Contracting Authority within three (3)
    business days of receiving the returns in order to permit the
    evaluation team to continue with the evaluation. The prototype
    cards will only be returned once to permit the Bidder to be
    corrected for this "chip" activation problem.  
    
    If the submitted cards from either of the two lowest responsive
    Bidders do not meet the requirements as specified in Table 1,
    then the next Bidder with the lowest  (3rd) aggregate price will
    proceed to Phase 2.
    
    Basis of Selection  
    A bid must comply with the requirements of the bid solicitation
    and meet all mandatory technical evaluation criteria for phase 1
    and phase 2 to be declared responsive. The responsive bid with
    the lowest total evaluated price 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

    • No trade agreements are applicable to this solicitation process

    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
    Werk(cw), Janet
    Phone
    (613) 998-3968 ( )
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    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: