PCH Signage
Solicitation number C1111-170382/A
Publication date
Closing date and time 2018/05/01 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: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: PCH - Signage C1111-170382/A Buck, Daniel Telephone No. - (613) 998-8582 Fax No. - (613) 991-5870 E-mail: daniel.buck@pwgsc-tpsgc.gc.ca NATURE OF REQUIREMENT The Department of Canadian Heritage (PCH) hosts national events related to its mandate and objectives. The Capital Experience production services team within PCH coordinates the provision of services, the implementation of the events, the concept development, the fabrication and installation of signage and graphics elements. These processes are carried out in collaboration with internal and external clients, such as event programming, marketing, business development, interpretation and commemorative programs and with other departments, such as PCH creative service group. Each event has a specific graphic identity or "appearance" that reflects PCH’s overall identity and is applied to the various signage components used to meet visual communications needs. Furthermore, standard graphic layouts or "templates" are created to simplify the application of text in the various formats used. The Department is seeking outside suppliers to provide the full range of professional services involved in producing, printing and installing exhibit signage and decors required to mount for events. This Request for Standing Offer invites printing and sign-making suppliers to submit offers for the work specified in this document. Offers will be evaluated and a maximum of two (2) standing offers will be issued as a result of this process. The period of the Standing Offer (SO) will be from date of issuance to March 31, 2022. The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). The requirement is limited to Canadian goods and/or services. The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers. This RFSO allows offerors to use the epost Connect service provided by Canada Post Corporation for offer submission. Offerors must refer to Part 2 of the RFSO entitled Instructions to offerors for further information. Mandatory Criteria M.1 Corporate Experience and Capability The Offeror must demonstrate that it has been contractually bound to an external client or to external clients (outside of the Offeror’s own company) for two (2) separate contract(s) to provide the production, printing and installation of signage similar in scope to the requirements detailed in the Annex A Statement of Work. The Offeror must provide a description of each of the two (2) contracts. The information provided must demonstrate that the two (2) contracts meet M.1. (Including M.1.a - M.1.j). The Offeror must provide a complete description of the type of signage and the requirements for the production, printing and installation of the signage provided for each of the two (2) contracts. M.1.a Each of the two (2) contracts submitted for evaluation for M.1 must have been started or completed after January 1, 2012; For each described contract the Offeror must provide: i. the start date and completion date of the contract for which the services were provided (example: March 2013 - December 2017 or April 10, 2015 to present). ii. the client name and contact information. M.1.b Each of the two (2) contracts submitted for evaluation for M.1 must: M.1.b.1 have included the production of a minimum of 50 different signage products over the period of the contract. M.1.b.2 required the provision of all of the following stages: production and printing of the signage; M.1.b.3 required printing using multiple ink colours. For each described contract, the Offeror must: i. indicate the number of different signage products produced over the period of the contract; ii. indicate the number of different signage products that were reproduced on multiple occasions over the period of the contract; iii. describe the services provided for each of the stages listed in M.1.b.2; iv. indicate whether the signage was produced for outdoor or indoor use; v. describe the material(s) used to produce the different signage products; vi. provide at least one (1) or more colour photographs or colour copy(ies) of a photograph of the types of different signage produced and printed under the Contract. M.1.c At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage printed using UV stable exterior grade inks applied directly on the base signage material. i. For the described contract, the Offeror must provide a description of the grade and type of inks used for the printing of the signage and how they were applied. M.1.d At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage printed at an output resolution of 400 dpi or higher. i. For the described contract, the Offeror must provide the output resolution (dpi) of the printed signage. M.1.e At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage produced for outdoor use in winter weather conditions including temperatures as low as -40 degrees Celsius and high winds measuring up to 80 kilometres per hour, snow and freezing rain. i. For the described contract, the Offeror must provide a description of the winter weather conditions that the signage was produced to withstand and indicate the length of time the signage was exposed to it. M.1.f At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have been for signage produced on a lightweight, waterproof, corrugated plastic material. At least one (1) of the signage products produced on the lightweight, waterproof, corrugated plastic material must have measured at least 7 feet x 3 feet or larger (finished size). i. For the described contract, the Offeror must provide a description of the lightweight, waterproof, corrugated plastic material (type of material and thickness/weight) used to produce the signage products; ii. For the described contract, the Offeror must indicate the largest size of signage product produced on the lightweight, waterproof, corrugated plastic; M.1.g At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage requiring double stitched, reinforced hems. i. For the described contract, the Offeror must provide a description of the finishing requirements of the signage for double stitching and reinforced hems. M.1.h At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage that included grommets or other hardware for hanging or display as a part of the finished product. i. For the described contract, the Offeror must provide a description of the finishing requirements of the signage for the application of installation hardware. M.1.i At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included the production of signage that required installation services to be provided at the exhibit/display location. i. For the described contract, the Offeror must provide a description of the installation services provided at the exhibit/display location. M.1.j At least one (1) of the two (2) contracts submitted for evaluation for M.1 must have included a requirement for the delivery of multiple different signage products within a maximum of 28 calendar days. i. For the described contract, the Offeror must indicate the number of different signage products produced and delivered within a maximum of 28 calendar days. M.2 Offeror’s Capability to Accept and Produce Signage from Supplied Electronic Files M.2.1 The Offeror must demonstrate that it currently has a FTP site capable of accepting electronic files transferred from clients for printing and fabrication of signage. M.2.1.a To demonstrate that the Offeror meets M.2.1, the Offeror must provide written confirmation that the Offeror currently has a FTP site capable of accepting electronic files transferred from clients for the printing and fabrication of signage; M.2.2 The Offeror must demonstrate that it can output and print from electronic files supplied using Adobe Acrobat Pro DC, In Design CC 2015 or more recent version, Adobe Illustrator CC 2015 or more recent version, Photoshop CC 2015 or more recent version. M.2.2.a To demonstrate that the Offeror meets M.2.2, the Offeror must provide written confirmation that the Offeror can output and print from electronic files supplier using Adobe Acrobat Pro DC, In Design CC 2015 or more recent version, Adobe Illustrator CC 2015 or more recent version, Photoshop CC 2015 or more recent version. M.3 Requirement and Equivalent Products M.3.1 The Offeror must provide specifications and descriptive literature for each proposed equivalent product in accordance with the requirement described in Annex A Statement of Work and Appendix 1 to Annex A and in accordance with SACC Manual Clauses B 3000T (2006-06-16) Equivalent Products. (reproduced below for convenience): Equivalent Products: 1. Products that are equivalent in form, fit, function and quality to the item(s) specified in the bid solicitation will be considered where the Bidder: a. designates the brand name, model and/or part number of the substitute product; b. states that the substitute product is fully interchangeable with the item specified; c. provides complete specifications and descriptive literature for each substitute product; d. provides compliance statements that include technical specifics showing the substitute product meets all mandatory performance criteria that are specified in the bid solicitation; and e. clearly identifies those areas in the specifications and descriptive literature that support the substitute product's compliance with any mandatory performance criteria. 2. Products offered as equivalent in form, fit, function and quality will not be considered if: a. the bid fails to provide all the information requested to allow the Contracting Authority to fully evaluate the equivalency of each substitute product; or b. the substitute product fails to meet or exceed the mandatory performance criteria specified in the bid solicitation for that item. 3. In conducting its evaluation of the bids, Canada may, but will have no obligation to, request bidders offering a substitute product to demonstrate, at the sole cost of bidders, that the substitute product is equivalent to the item specified in the bid solicitation. If the Offeror proposes one or more products under the Equivalent Products article, Canada may, but will have no obligation to: request a sample of one or more of the product(s) proposed in order to determine whether the proposed product(s) meet the technical specification identified at Annex A Statement of Work. The Offeror will have the number of days specified by Canada in its request to provide the required sample(s). Failure to provide samples within the time allotted may result in the entire bid being declared non-responsive. If the Offeror fails to demonstrate in its technical proposal and/or through a sample provided (if requested by Canada) that a proposed product is equivalent (in accordance with SACC Manual Clause B3000T (2006-06-16) Equivalent Products), the entire bid will be declared non-responsive and will not be considered further. The Offeror is not required to propose the same brands for all products listed under Appendix 1 to Annex A. NOTE: The Offeror is not required to submit a sample of any product (s) proposed with the bid submission. OFFERS NOT MEETING ALL OF THE MANDATORY CRITERIA WILL BE CONSIDERED NON RESPONSIVE AND GIVEN NO FURTHER CONSIDERATION. Financial Evaluation The price of the offer will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included. The Offeror must identify prices and rates in accordance with the Annex B Basis of Payment. Basis of Selection An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. All of the unit prices and rates will be calculated as specified in the Annex B Basis of Payment to determine the Bid Evaluation Value (BEV). This BEV will be used to determine the lowest responsive Offeror. The Offerors with the two (2) lowest responsive BEVs will be recommended for issuance of a standing offer. The Offeror with the lowest evaluated price will receive the right of first of refusal. The Offeror with the second lowest evaluated price will be the first alternate. 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
- Buck(CW Div.), Daniel
- Phone
- (613) 998-8582 ( )
- Email
- daniel.buck@tpsgc-pwgsc.gc.ca
- Fax
- (613) 991-5870
- Address
-
360 Albert St./ 360, rue Albert
12th Floor / 12ième étageOttawa, Ontario, K1A 0S5
Buying organization(s)
- Organization
-
Canadian Heritage
- Address
-
1030 Innes RoadOttawa, Ontario, K1B4S7Canada
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.