SAP Ariba system maintenance

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

  • Saturday, May 17 from 8:00 pm until 11:59 pm (EDT) 

PRINTING SERVICES

Solicitation number EN578-121812/A

Publication date

Closing date and time 2013/04/17 15:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    REQUEST FOR INFORMATION
    REQUEST FOR SUPPLY ARRANGEMENTS FOR COMMERCIAL PRINTING
    
    1.  NATURE OF REQUEST FOR INFORMATION
    
    This is a Request for Information (RFI) and not a bid
    solicitation.  No Contract or Supply Arrangement will be issued
    as a result of this RFI; however, this RFI includes a Request
    for Industry Comments at Addendum A and the draft Request For
    Supply Arrangement (RFSA)* at Addendum B.  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.  All written comments and questions received by Canada will
    not be specifically shared or referred to in any resulting RFSA.
     Canada acknowledges that any information collected will be
    utilized by Canada in an anonymous fashion.
    
    2.  PURPOSE OF THIS RFI
    
    This RFI is issued for the purpose of:
    
    Alerting industry to a future procurement action for the supply
    of Commercial printing, reprographics/duplicating and related
    services for orders originating from federal government
    departments and agencies within the National Capital Region
    (NCR);
    Obtaining feedback from industry concerning the requirement and
    the planned procurement process;
    Obtaining feedback from industry concerning environmental
    considerations; and
    Providing an opportunity for suppliers interested in obtaining
    or upgrading their security level for the requirement.
    
    3.  BACKGROUND
    
    Public Works and Government Services Canada (PWGSC) currently
    has in place Supply Arrangement EN578-070405 that provides the
    framework to permit expeditious processing of individual bid
    solicitations from designated users in the National Capital
    Region for the provision of Commercial printing,
    reprographics/duplicating and related services.  These
    solicitations result in legally binding contracts for the
    printing and related services described in those bid
    solicitations.
    
    4.  REQUIREMENTS
    
    A Request for Supply Arrangement (RFSA) for the supply of
    Commercial printing, reprographics/duplicating and related
    services for use by various federal government departments and
    agencies within the National Capital Region (NCR), on an as and
    when requested basis.  Federal government departments and
    agencies will be strongly encouraged to utilize these
    instruments.  PWGSC may restrict the use of alternatives to
    these supply arrangements in the future.
    The Supply Arrangements will cover the following products:
    
    Category 1 - Loose sheet products
    Category 2 - Bound publications 
    Category 3 - Specialty single sheet products
    Category 4 - Other types of related printed products, binding
    and reproduction of CDRoms (of publications being printed)
    Category 5 - Group C ONLY - Personalization of certificates and
    similar printed products
    Category 6 - Reproduction of publications and other print matter
    on electronic media from supplied master or hard copy documents
    
    Supply Arrangements issued will be divided into three (3)
    streams:
    
    Group A:	Low Quantity: 
    
    Group of supply arrangement holders to produce printing
    requirements with quantities as follows:  
    Category 1 - Loose sheet products as described in the Annex A
    Statement of Work:  Quantities up to 60,000 individual sheets.
    Category 2 - Bound publications as described in the Annex A
    Statement of Work:  Quantities up to 20,000 individual bound
    books.
    Category 3 - Specialty single sheet products as described in the
    Annex A Statement of Work:  Quantities up to 20,000 individual
    pieces.
    Category 4 - Other types of related printed products as
    described in the Annex A Statement of Work: Quantities greater
    than 500 pieces and  up to 5,000 individual pieces.
    Category 6 - Reproduction of publications and other print matter
    on electronic media from supplied master or hard copy documents
    as described in the Annex A Statement of Work:  Quantities
    greater than 500 pieces and up to 5,000 individual pieces.
    
    Group B: 	High Quantity: 
    
    Group of supply arrangement holders to produce printing
    requirements with quantities as follows:
    Category 1 - Loose sheet products as described in the Annex A
    Statement of Work: Quantities greater than 60,000 individual
    sheets.
    Category 2 - Bound publications as described in the Annex A
    Statement of Work: Quantities greater than 20,000 individual
    bound books.
    Category 3 - Specialty single sheet products as described in the
    Annex A Statement of Work: Quantities greater than 20,000
    individual pieces. 
    Category 4 - Other types of related printed products as
    described in the Annex A Statement of Work:Quantities greater
    than 5,000 individual pieces.. 
    Category 6 - Reproduction of publications and other print matter
    on electronic media from supplied master or hard copy documents
    as described in the Annex A Statement of Work:Quantities greater
    than 5,000 individual pieces.
    
    Group C: 	Reprographics/Duplicating: The maximum flat sheet size
    for any product produced as 		a Group C requirement is 13" x
    19".  
    Group of supply arrangement holders to produce
    reprographics/duplicating requirements with quantities as
    follows:  
    Category 1 - Loose sheet products as described in the Annex A
    Statement of Work:  Quantities up to 10,000 individual sheets.
    Category 2 - Bound publications as described in the Annex A
    Statement of Work: Quantities up to 1,000 individual bound books.
    Category 3 - Specialty single sheet products as described in the
    Annex A Statement of Work: Quantities up to 2,500 individual
    pieces.
    Category 4 - Other types of related printed products as
    described in the Annex A Statement of Work: Quantities up to 500
    individual pieces.
    Category 5 - Personalization of certificates and similar printed
    products Quantities up to 10,000 individual pieces.  
    Category 6 - Reproduction of publications and other print matter
    on electronic media from supplied master or hard copy documents
    as described in the Annex A Statement of Work: Quantities up to
    500 individual pieces.
    
    5.  NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Responses from potential suppliers to the information requested
    in this RFI will assist PWGSC in formulating a procurement
    strategy that meets PWGSC's business and operational
    requirements. Respondents are requested to review Addendum B,
    and to submit written responses to the information requested in
    Addendum A. Respondents should explain any assumptions they make
    in their responses.
    
    In addition to providing responses to the information requested
    in Addendum B, respondents may submit comments, concerns,
    suggestions and, 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 Addendum A. 
    
    Respondents should not assume that new clauses or requirements
    will not be added to any bid solicitation that is ultimately
    published by Canada. Nor should respondents assume that none of
    the clauses or requirements will be deleted or revised.
    
    6. 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 from
    PWGSC 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. 
    
    7.  ENQUIRIES AND SUBMISSION OF RESPONSES
    
    This is not a bid solicitation.  Accordingly,  Canada will not
    respond to enquiries in writing or by circulating answers to all
    potential suppliers.  Canada will not reimburse any respondent
    for expenses incurred in responding to this RFI.  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.
    
    All enquiries and written responses to this RFI should be
    submitted to:
    
    Rebecca Salter
    PWGSC, Services and Specialized Acquisitions Management Sector
    (SSAMS)
    Communication Procurement Directorate
    12-360 Albert Street
    Ottawa, Ontario    KIA OS5
    
    Telephone:	613-990-3140				Facsimile:	613-993-2581
    E-mail:		rebecca.salter@pwgsc-tpsgc.gc.ca
    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

    • Agreement on Internal Trade (AIT)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Salter, Rebecca
    Phone
    (613) 990-3140 ( )
    Address
    360 Albert St./ 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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 EN 44
    000 FR 7

    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)
    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: