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) 

DND Security ID Cards

Solicitation number W6369-18RFI1/A

Publication date

Closing date and time 2018/10/09 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Nature of Request for Information
    
    EXECUTIVE SUMMARY
    
    This document provides basic information regarding the requirements of Vice Chief of the Defence Staff (VCDS)\Director General Defence Security (DGDS)\Director Personal Security and Identity Management (DPSIM) National Defence Identification Services (NDIS) to improve the efficiency of identification management related activities.  To that end, NDIS is seeking solutions that could automate the management of identification across the enterprise and produce identification in accordance with the Canadian Driver Licence Agreement (CDLA) requirements with some amendments to the various fields and features of the cards.  The requirement includes the follow-on replacement of expiring cards. This document includes a description of the anticipated requirements National Defence Identification card printing capacities.
    
    
    BACKGROUND
    
    The National Defence Identification Program (NDIP) is a nationally delivered service that provides a high degree of assurance related to the identity of: DND employees; CAF members; Foreign Forces personnel employed by DND or serving with CAF, and their dependents; and individuals requiring a supplementary ID card and who are entitled to special provision by convention, legislation or policy.  This mandate is carried out by the NDIS team and its internationally dispersed Identification Operators.
    
    Identification Cards: A National Defence ID card is a document issued by DND and CAF to identify the bearer as a DND employee, CAF member or other personnel requiring official identification.  DPSIM is responsible for issuing ID cards.  All ID cards are produced by NDIS on behalf of DGDS. The NDIS produces both primary and specialty ID cards which are issued and used according to specific requirements, specifications and entitlements.  National Defence ID cards are controlled documents and consequently must be safeguarded.  Individuals in receipt of one or more cards are responsible for their protection and must keep them safe.
    
    NDIS wishes to modernize the way it produces Identification Cards for DND/CAF.  Part of this modernization includes potential linkages of attributes such as personal information and biometric data to support physical and logical access.
    
    Business Impact Analysis:  The NDIS provides the official ID cards that are utilized for all CAF and permanent DND civilian employees.  The NDIS staff are located at Pearkes and receive requests for ID cards from all of the CAF bases across Canada and other locations around the world.  The information for the cards is sent, via Canada Post mail from these locations to NDIS, registered into the database, a card is printed out and then mailed back to the originators for distribution. The NDI 75  Veteran’s Service Card (CAF ‘retirement card’) will be reinstituted September 2018 in various phases along with the potential for creation of other NDI card styles (i.e. Rangers, Family) which will also increase production requirements.  These modernized ID cards may also evolve to incorporate the DND 404 (military driver’s licence) so their design will need to meet CDLA standards.  The NDIS database also:
    • keeps track of tombstone data for all DND civilian and military members,
    • produces ID cards for military spouses,
    • produces ID cards for allied members, and
    • keeps track of fingerprint classification for military members for identification purposes.
    
    PURPOSE OF THIS RFI
    
    This Industry Consultation process seeks information from industry on its interest, capacity and ability to produce and deliver high-volume printers and associated blank card stock that can meet the security, technical, and distribution requirements of NDIS. This Request for Information (RFI) provides industry the opportunity to give feedback on the printing options.  The information gathered through this Industry Consultation process will be used by Canada to assist in the development of a Request for Proposal (RFP) for the procurement of printer(s) used to produce National Defence Identification cards.
    
    
    NOTES TO INTERESTED FIRM(S)
    
    This Industry Consultation process is not a bid solicitation and a contract will not result from this request.
    
    Potential respondents are advised that any information submitted to Canada in response to this Industry Consultation process may be used by Canada in the development of a subsequent competitive RFP. However, the Government is not bound to accept any Expression of Interest or to consider it further in any associated documents such as a RFP. 
    
    The issuance of this Industry Consultation process does not create an obligation for Canada to issue a subsequent RFP, and does not bind Canada legally or otherwise, to enter into any agreement or to accept any suggestions from organizations. Canada reserves the right to accept or reject any or all comments received.
    
    There will be no short listing of firms for purposes of undertaking any future work, as a result of this request. Similarly, participation in this Industry Consultation process is not a condition or prerequisite for participation in any RFP(s).
    
    Companies participating in this Industry Consultation process should identify any submitted information that is to be considered as either company confidential or proprietary.
    
    All enquiries and other communications related to this Industry Consultation process shall be directed exclusively to the PSPC Procurement Authority.
    
    FORMAT OF RESPONSES
    
    (a) 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 solicitation number, the volume number and the full legal name of the respondent.
    
    (b) Title Page: The first page of each volume of the response, after the cover page, should be the title page, which should contain:
    
    (i) the title of the respondent's response and the volume number;
    (ii) the name and address of the respondent;
    (iii) the name, address and telephone number of the respondent's contact;
    (iv) the date; and
    (v) the RFI number.
    
    (c) Numbering System: Respondents are requested to prepare their response using a numbering system corresponding to the one in this RFI. All references to descriptive material, technical manuals and brochures included as part of the response should be referenced accordingly.
    
    (d) Number of Copies: Canada requests that respondents submit one (1) paper version and one (1) electronic copies, in PDF format, of their response (on a USB key).
    
    RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred in responding to this RFI.
    
    TREATMENT OF RESPONSES
    
    (a) 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.
    
    (b) Review Team: A review team composed of representatives of DND and PSPC will review the responses. Canada reserves the right to hire any independent consultant, or use any Government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses.
    
    (c) 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.
    
    (d) 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
    
    This is not a bid solicitation. Accordingly, Canada will not respond to enquiries in writing or by circulating answers to all potential suppliers. However, Respondents who have questions should submit them to:
    
    Daniel Buck
    Public Services and Procurement Canada
    Communication Procurement Directorate
    360 Albert Street
    Ottawa, Ontario KIA OS5
    
    Telephone: 613-990-9189
    Facsimile: 613-991-5870
    E-mail: daniel.buck@pwgsc-tpsgc.gc.ca and/or TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca 
    
    
    SUBMISSION OF RESPONSES
    
    Time and Place for Submission of Responses: Suppliers interested in providing information to the specific questions listed in Section 5 should send the responses directly to the contact identified in Section 7 Enquiries, by the time and date indicated on page 1 of this RFI. Responses can be submitted by mail, by fax or by email.
    
    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)

    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
    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 étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    French
    5
    001
    English
    28
    000
    French
    14
    000
    English
    113

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    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: