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) 

Strategic Communication Services RFI

Solicitation number EN578-160082/A

Publication date

Closing date and time 2015/07/14 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Strategic Communication Services
    
    EN578-160082/A
    Andruchow(CX Div.), Cassandra
    Telephone No. - (613) 993-7846 
    Fax No. - (613) 991-5870
    
    
    REQUEST FOR INFORMATION (RFI) FOR
    THE REQUEST FOR SUPPLY ARRANGEMENT (RFSA) FOR
    STRATEGIC COMMUNICATION SERVICES
    FOR THE FEDERAL GOVERNMENT OF CANADA
    
    Responses must be submitted by 2:00pm Eastern Daylight Savings
    Time on July 14, 2015
    
    INTRODUCTION
    
    This procurement is being conducted under the Smart Procurement
    approach and seeks to engage
    industry early in the process to better understand both needs
    and available solutions prior to the
    finalization of requirements. This RFI is to initiate engagement
    with industry and seek interest from potential suppliers in
    participating in an information session. The content of this RFI
    is intended to provide industry with initial context and details
    pertaining to PWGSC's next procurement vehicle for the provision
    of Strategic Communications Services. PWGSC intends to engage
    with industry at large and potential users of the solution
    separately.
    
    The purpose of the Information Session is to present Industry
    representatives with information about the proposed procurement
    approach for Strategic Communication Services, an overview of
    the current requirements, and its future objectives for the
    consultative engagement process. The Information Session is
    intended to be an open forum allowing PWGSC to communicate, with
    interested suppliers, its requirements at a high level, and for
    Industry to ask questions and seek information in order to gain
    a sound understanding of the proposed procurement approach. 
    
    Suppliers interested in participating in the information session
    are asked to provide the names, e-mail addresses and phone
    numbers of all proposed attendees with their RFI submission. It
    is anticipated that a working group meeting will be held in
    Ottawa, Ontario in July 2015.  
    
    Suppliers are advised that the principles of the Procurement
    Strategy for Communications Services apply to this procurement
    process.
    
    1. NATURE OF REQUEST FOR INDUSTRY COMMENTS
    This is not a bid solicitation. This RFI will not result in the
    award of any contract, therefore, potential suppliers of any
    goods or services described in the attached project outline
    should not earmark stock or facilities, nor allocate resources,
    as a result of any information contained in this RFI. Nor will
    this RFI result in the creation of any source list, therefore,
    whether or not any potential supplier responds to this RFI will
    not preclude that supplier from participating in any future
    procurement. Also, the procurement of any of the goods and
    services described in this RFI will not necessarily follow this
    RFI. This RFI is simply intended to solicit feedback from
    industry with respect to the matters described in this RFI.
    
    
    
    2. NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Respondents are requested to provide their comments, concerns
    and, where applicable, recommendations on how the requirements
    or objectives described in the project outline could be
    satisfied. Respondents should explain any assumptions they make
    in their responses.
    
    3. RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    4. TREATMENT OF RESPONSES:
    i.	Use of Responses:  Responses will not be formally evaluated.
    However, the responses received may be used by Canada to 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.
    
    ii.	Review Team:  A review team composed of representatives from
    PWGSC will review the responses on behalf of Canada. Canada
    reserves the right to hire any independent consultant, or use
    any Government resources, which it deems necessary to review any
    response. Not all members of the review team will necessarily
    review all responses.
    
    iii.	Confidentiality:  Respondents should mark any portions of
    their response that they consider proprietary or confidential.
    Canada will treat those portions of the responses as
    confidential to the extent permitted by the Access to
    Information Act.
    
    iv.	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.
    
    5. CONTENT OF THIS RFI
    
    This RFI contains specific questions directed to potential
    suppliers and a draft version of the Request for Supply
    Arrangements (RFSA) for industry comments. This document remains
    a work in progress and 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. Comments regarding any aspect of the
    proposed procurement are welcome.
    
    5.1 Significant changes from the previous Strategic
    Communications Services RFSA are:
    
    1) The addition of the option to purchase turnkey communications
    products through the RFSA as specified in the Annex A Statement
    of Work;
    2) The supplier selection process for Request for Proposals
    (RFPs) under the RFSA; and
    3) The identified user, as specified in 1.2 Summary in the RFSA,
    will be responsible for the bid solicitation process and the
    award of contracts. 
    
    6. ENQUIRIES
    
    Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this RFI may direct their enquiries to:
    
    Cassandra Andruchow at (613) 993-7846 or by email at:
    cassandra.andruchow@pwgsc-tpsgc.gc.ca
    
    7. SUBMISSION OF RESPONSES
    
    i.	Time and Place for Submission of Responses:  Suppliers
    interested in providing a response should deliver it directly to
    the Contracting Authority by the time and date indicated on page
    1 of this solicitation document. The preferred method of
    response is by e-mail at: 
    cassandra.andruchow@pwgsc-tpsgc.gc.ca
    
    ii.	Responsibility for Timely Delivery: Timely delivery and
    correct direction of responses is the sole responsibility of the
    respondent. PWGSC will not assume or have transferred to it
    those responsibilities.
    
    If you have any questions, please feel free to contact the
    Contracting Officer named above.
    
    8. SOME SPECIFIC QUESTIONS:
    
    1.	Is the Statement of Work clear? Is it missing information?
    Could anything be added?
    2.	In your opinion, are the Evaluation Criteria sufficiently
    clear? Are there any requirements and/or items that are unclear
    or that would unduly limit a qualified vendor's ability to
    submit a response?
    3. 	In your opinion, should the Evaluation Criteria and Basis of
    Payment to be used in RFPs under the Supply Arrangement be
    firmly or optionally prescribed for clients, if at all? If so,
    what evaluation criteria should be included?
    4.	Are there major risks of which the Procurement Project team
    should be aware?
    5.	Is the approach for the selection of suppliers under the
    Supply Arrangements appropriate?  If not, why not? Do you favour
    a solicitation approach that invites all qualified suppliers to
    bid on each requirement under the resulting Supply Arrangements?
    6.	Are there any requirements and/or items that would unduly
    limit a qualified vendor's ability to submit a response?
    
    9. QUESTIONS RELATING TO GREEN PROCUREMENT:
    
    Suppliers are requested to provide comments on the following:
    
    1.	Can surplus assets be used for any portion of the work? Is it
    feasible to require in the RFSA that Suppliers provide a listing
    of environmental attributes offered within their goods/services
    proposed, which will form part of any resulting Supply
    Arrangement?
    2.	When will carbon assessments for Strategic Communications
    companies be feasible?
    3.	Which renewable fuels / energy sources for use in travel are
    currently being employed?
    4.	What is the feasibility of imposing the environmental
    criteria outlined in the RFSA on subcontractors?
    
    
    10: REQUEST FOR SUPPLY ARRANGEMENTS:
    
    Please see the attached RFSA documents. 
    
    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

    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
    Andruchow(CX Div.), Cassandra
    Phone
    (613) 993-7846 ( )
    Fax
    (613) 991-5870
    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
    001
    English
    26
    001
    French
    6
    000
    English
    150
    000
    French
    12

    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)
    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: