Smart Cards & Logical Access Smartc

Solicitation number M7594-160758/A

Publication date

Closing date and time 2015/10/26 14:00 EDT

Last amendment date


    Description
    Trade Agreement: World Trade Organization - Agreement on
    Government Procurement (WTO-AGP)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Smart Cards & Logical Access Smarts
    
    M7594-160758/A
    Werk(cw), Janet
    Telephone No. - (613) 998-3968 (    )
    janet.werk@pwgsc-tpsgc.gc.ca
    
    Line1, Smart Cards & Logical Access Smartcards
    
    Summary  The Royal Canadian Mounted Police (RCMP) has a
    requirement for the supply of the following types of unprinted
    smart cards:
    1.	Combined Physical and Logical Access Smart Card,
    2.	Physical Access Card
    3.	Logical Access Smart Card.
    
    The period of the Contract is from date of award to October 30,
    2017 inclusive (2 years).
    
    The Contractor grants to Canada the irrevocable option to extend
    the term of the Contract by up to four (4) additional one (1)
    year period(s) under the same conditions. 
    
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2003, bidders must provide a list of all owners
    and/or Directors and other associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), the
    North American Free Trade Agreement (NAFTA), and the Agreement
    on Internal Trade (AIT).
    
    This procurement is not reserved for beneficiaries of the
    following Comprehensive Land Claims Agreement(s) (CLCAs). 
    
    The Federal Contractors Program (FCP) for employment equity
    applies to this procurement; see Part 5 - Certifications, Part 7
    - Resulting Contract Clauses and the annex titled Federal
    Contractors Program for Employment Equity - Certification.
    
    Basis of Selection:  A bid must comply with the requirements of
    the bid solicitation and meet all mandatory technical evaluation
    criteria to be declared responsive. The responsive bid with the
    lowest evaluated price (Canadian dollars ) will be recommended
    for award of a contract.
    
    Mandatory Technical Criteria.
    
    Definitions for the purposes of the mandatory technical criteria.
    
    External client(s):means clients exterior to the Bidder's own
    legal entity (or joint venture partnership) and excludes the
    parent, subsidiaries or other affiliates of the Bidder.
    
    Internal client(s):means clients within the Bidder's own legal
    entity (or joint venture partnership) and includes the parent,
    subsidiaries and other affiliates of the Bidder.
    
    The mandatory requirement is:
    
    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.
    
    The detailed description must demonstrate all of the following:
    
    M.1.1	The quantity of cards supplied by the Bidder for at least
    one (1) of the two (2) described contracts was a minimum of
    7,000 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 Smart Card/RFID technology requirements of the card, as
    applicable. 
    Bidders MUST meet all the mandatory requirements of the RFP. No
    further consideration will be given to Bidders not meeting all
    the mandatory criteria. 
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    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
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    9
    001
    French
    1
    000
    English
    44
    English
    24
    000
    French
    10
    French
    3

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.