Printing, variable on-demand printing, warehousing, inventory control, order processing, order fulfi
Solicitation number 51019-184001/A
Publication date
Closing date and time 2018/07/31 14:00 EDT
Last amendment date
Description
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: Yes Nature of Requirements: 51019-184001/A Werk(cw), Janet Telephone No. - (613) 998-3968 ( ) janet.werk@pwgsc-tpsgc.gc.ca et TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca Summary The Department of Veteran Affairs Canada requires a Contractor to provide the following services:printing, variable on-demand printing, warehousing, inventory control, order processing, order fulfillment, mail preparation, distribution, tracking and reporting activity "if and when"required. There are three major Veterans Affairs Sections that require services under this requirement: 1. The Digital Communications and Marketing directorate of the Communications Division 2. The Commemoration Division (i.e. Veterans’ Week) 3. Service Delivery Branch for the Personalized Booklet Program ordered on-line (presently referred to as My VAC Book) The Digital Communications and Marketing Section of Communications Division, on behalf of Veterans Affairs Canada (VAC), requires a Contractor to provide printing, warehousing, order fulfillment and distribution services for a variety of VAC products. The Contractor must provide the following services: printing, variable on-demand printing, warehousing, inventory control, order processing, order fulfillment, mail preparation, distribution, tracking and reporting activity "if and when"required. The Contract will be in effect from the date of award of Contract for 1 year with the irrevocable option to extend the Contract by three (3) additional one (1) year periods plus a transition period of 5 months. There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. The Bidder must ensure that, as applicable, its subcontractors meet the security requirements for this requirement. It is the Contractor’s responsibility to get approval from the Contract Security Program before awarding a subcontract with security requirements. See link for details. http://www.tpsgc-pwgsc.gc.ca/esc-src/soustraitance-subcontracting-eng.html The requirement is subject to the provisions of the Canada Free Trade Agreement (CFTA). The requirement is limited to Canadian goods and/or services. Although this procurement does not fall under the Procurement Strategy for Aboriginal Business (PSAB), we highly encourage bids from self-declared Indigenous businesses. This procurement is subject to the Comprehensive Land Claims Agreements. Any resulting contract may be used for delivery requirements to locations across Canada, including those within Comprehensive Land Claims Settlement Areas. The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. Bids may be submitted by ePost Connect (see part 2 for more details). The Phased Bid Compliance Process will apply to mandatory technical criteria (PB). MANDATORY REQUIREMENTS Sub-Contractor’s experience will not be considered to meet the mandatory criteria. M.1 CORPORATE EXPERIENCE (PB) The Bidder must demonstrate that it has been contractually bound to an external client or to external clients (outside of the Bidder's own company) for two (2) contracts to provide the services (to provide printing, on-demand printing, warehousing of printed matter, order reception and fulfillment service) described in the Statement of Work. These two (2) contracts must have been started or completed after April 2013. These two (2) contracts must, at a minimum, include all of the services (M.1.a - M.1.f) listed below: M.2 Print on demand with Variable printing (PB) The Bidder must demonstrate that it has been contractually bound to an external client or to external clients (outside of the Bidder's own company) for at least one (1) contract to provide Print on-demand with variable printing of personalized booklets as described in the Statement of Work. M.3 BIDDER’S INTERNET ORDERING SYSTEM(PB) The Bidder must provide a description of the Bidder’s current internet ordering system. The description must demonstrate how the Bidder’s existing internet ordering system will provide all of the following (a - g listed below) to meet the requirements of the Statement of Work. a) Internet based ordering by clients for order fulfillment; b) Password login features for individual clients; c) Address selection from a pre-established list; d) Order tracking number generation; e) Order status tracking; f) Up-to-date order reporting; and g) Available inventory for ordering. M.4 PROJECT MANAGER (PB) The Bidder must identify the Project Manager assigned to this project. This designated Project Manager must be an employee of the Bidder and must have recently (within the last five [5] years prior to the closing date of the RFP) worked as the Project Manager or client account representative managing printing, warehousing of printed matter, order reception and fulfillment services similar to those outlined in the Statement of Work for two (2) Contracts. 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
-
Canadian Free Trade Agreement (CFTA)
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(cw), Janet
- Phone
- (613) 998-3968 ( )
- Email
- janet.werk@tpsgc-pwgsc.gc.ca
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Veterans Affairs Canada
- Address
-
Jean Canfield Building, 1st Floor, 191 Great George StreetCharlottetown, Prince Edward Island, C1A 4L2Canada
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.