SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

TC - AVIATION DOCUMENT BOOKLETS

Solicitation number T8518-190098/A

Publication date

Closing date and time 2019/12/20 14:00 EST


    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: No
    Nature of Requirements: 
    
    REQUEST FOR INFORMATION 
    
    COMMON LICENCING DOCUMENTS - PRINTING/IMAGING/ASSEMBLY
    
    1. NATURE OF REQUEST FOR INFORMATION
    
    This is a Request for Information (RFI) and not a bid solicitation. 
    
    This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI.
    
    No contract will be awarded as a result of this RFI nor will this RFI result in the creation of any source list; however, this RFI includes a Request for Industry Comments, construction requirements of the future production of the Common Licencing Documents at Annex “A”, hardware requirements for finishing Common Licencing Documents at Annex B and a product specification of previous production of the aviation document booklet at Annex “C”.
    
    The written comments received by Canada will not be specifically shared or referred to in the final solicitation document and any comments provided as a result of this RFI should not contain any restrictions of use. Canada acknowledges that any information collected will be utilized by Canada in an anonymous fashion.
    
    The procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. 
    
    
    2. BACKGROUND OF THIS REQUEST FOR INFORMATION 
    
    Transport Canada is seeking information regarding the production and finishing of Common Licencing Documents. Transport Canada seeks to combine and simplify the design requirements of several Transport Canada licencing booklets while meeting the necessary lifespan and security requirements.
    
    3. KEY TERMS
    
    Common Licencing Documents (CLDs): The tentative name for a new pair of booklets intended to replace various purpose-produced licencing documents currently in use.
    
    
    4. PURPOSE AND OBJECTIVES OF THIS RFI
    
    The purpose of this RFI is to seek recommendations from industry on ways to combine and simplify the design and production requirements of the various licencing booklets in order to facilitate a cost-reduced final design, as well as identify hardware options to facilitate finishing.
    
     
    4.1 The objectives of this RFI are:
    
    a) To identify options and methods to simplify the printing and construction of the booklet as described in Annex C, Product Specifications, while still meeting the requirements as stated in Annex A;
    
    b) To identify printers and other hardware options available on the market to finish the booklet blanks as described in Annex B;
    
    c) To obtain comments and information from suppliers for a better understanding of the options available on the market; and
    
    d) To encourage the participation of suppliers, including Small and Medium Enterprises (SMEs).
    
    5. QUESTIONS TO THE INDUSTRY
    
    Canada is seeking answers to the following questions:
    A. Statement of Work and Appendices
    1. What options of cover stocks are available that will meet the minimum requirements as laid out in Annex A?
    2. What options of paper stocks are available that will meet the minimum requirements as laid out in Annex A?
    3. What bindery options are available that will meet the minimum requirements as laid out in Annex “A”? 
    4. What edging/trimming options are available that will meet the minimum requirements as laid out in Annex “A”?
    5. What printers are available that will perform the printing of the CLD booklets with the specifications described in Annex A, while meeting the performance requirements as described in Annex “B”?
    
    B. Cost efficiencies and environmental savings
    
    6. What are the environmental impacts that are normally considered for the provision of the services as described for this requirement?
    
    7. In your opinion, are there environmentally preferable cover stock/paper stock alternatives to use for the printing of questionnaires as described in Annex “A” Statement of Work and Appendices? Please explain.
    
    8. What is the percentage of recycled materials in that stock?
    
    9. Are there environmentally preferable paper stock alternatives to use for the printing of envelopes as described in the Annex “A” Statement of Work and Appendices? 
    10. What are the standard environmental practices for the disposal of left over paper materials?
    C. Evaluation Criteria
    11. Are the technical evaluation criteria described in Annex “D” clear and understandable? 
    
    6. NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Responses from potential suppliers to this RFI will assist Public Services and Procurement Canada (PSPC) and Transport Canada in formulating a document that meets Transport Canada's business and operational requirements. 
    
    Respondents are requested to review Annex “A”, Annex “B”, Annex “C” and Annex “D” and to submit written responses to the information requested in the Request for Information.
    
    Respondents should explain any assumptions they make in their responses.
    
    In addition to providing responses to the information requested in the Request for Information, respondents may submit comments, concerns, and suggestions where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied or improved upon. 
    
    Respondents may also submit comments regarding the content, format and/or organization of Annex “C” Statement of Work. 
    
    Respondents should note that Annex “C” Statement of Work and Annex “D” Evaluation criteria are draft documents and may change prior to any ensuing solicitation. 
    
    Respondents should not assume that components or requirements could not be added to, deleted or revised in any bid solicitation that could ultimately be issued by Canada.
    
    7. FORMAT OF RESPONSES
    
    (a) Cover Page: If the response includes multiple sections, respondents are requested to indicate on the front cover page of each section the title of the response, the RFI number, and the full legal name of the respondent.
    
    (b) Title Page: The first page of each section 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 section 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: When referencing certain portions of the RFI, 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.
    
    8. RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred in responding to this RFI.
    
    9. 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 Transport Canada and PSPC will review the 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.
    
    10. ENQUIRIES
    
    This is not a bid solicitation. Accordingly, Canada will not respond to enquiries in writing or by circulating publishing responses. However, Respondents who have questions should submit them to:
    
    Daniel Buck or delegate
    Public Services and Procurement Canada
    Communication Procurement Directorate
    
    E-mail: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca 
    
    11. SUBMISSION OF RESPONSES
    
    Potential suppliers are not required to submit information under this RFI to qualify for any future bid solicitations for this requirement. Documents may be submitted in either official language of Canada. 
    
    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
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    000
    French
    7
    000
    English
    40

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: