SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Audio Visual Professional Services

Solicitation number W8482-168239/A

Publication date

Closing date and time 2016/08/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Audio Visual Professional Services
    
    W8482-168239/A
    Andruchow(CX Div.), Cassandra
    Telephone No. - (613) 993-7846 (    )
    E-mail: cassandra.andruchow@pwgsc-tpsgc.gc.ca
    
    The purpose of this Request for Proposal (RFP) is to seek proposals from biddersinterested in providing management, administrative and technical services related to video pre-production, production, and post-production to the Commander Royal Canadian Navy (CRCN) through the Manager of Broadcast Media Production of Director Naval Public Affairs (DNSM 5-3), on an “as and when requested” basis for the Department of National Defence.
    
    The resulting contract will be in effect from the date of issuance until March 31, 2019 and will include two (2) option periods of twelve (12) months.
    
    There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website
    
    The requirement is subject to the provisions of the Agreementon Internal Trade (AIT).
    
    The requirement is limited to Canadian goods and/or services.
    
    MANDATORY TECHNICAL CRITERIA
    
    M.1     PRODUCTION FACILITY
    
    The Bidder must have a fully equipped, technologically current digital HD/UHD audio/video production and post-production facility located in the “National Capital Region” (NCR) as defined by the National Capital Act. The Bidder must provide a description of the facility, including principal sound and vision editing systems (hardware and software), it willuse to perform the work outlined in the RFP.
    
    M.2     SAMPLE PROJECTS
    
    The Bidder must demonstrate its experience by submitting one (1) USB key demo containing excerpts or samples from at least three (3) previous productions that support its proposal and demonstrate to the Evaluation Team the Bidder's experience and ability to provide video production and post-production services, including finished productions.
    
    The total running time of the demo must not exceed fifteen (15) minutes. Should the running time of the submitted samples exceed fifteen (15) minutes in length, only the first fifteen (15) minutes will be evaluated.
    
    The productions must have been completed entirely by the Bidder under a contract with the public sectoror private industry. The video production sample MUST be submitted in their original language.
    
    For the purposes of the evaluation of mandatory criterion M.2, “video production sample” is defined as a contract for the provision of video production services.
    
    1. One(1) of the video production samples must have had a minimum dollar value of at least $25,000.00. 
    
    2.  One (1) of the video production samples must demonstrate the Bidder’s ability to produce an HD/UHD video production with substantial naval/maritime content and subject matter.  
    
    3.   One (1) of the video production samples must demonstrate the Bidder’s ability to produce an audio-visual production which makes imaginative use of 2D/3D animation and/or motion graphics to illustratethe theme, subject matter or concept the production seeks to communicate.
    
    4.  At least one (1) of the video production samples must demonstrate the Bidder’s ability to work in both official languages (English and French).Productions that have voice-overs, are fully narrated, are fully animated, are purely text based, or are subtitled/closed captioned are acceptable to demonstrate the Bidder’s ability to work in both official languages.
    
    All productions must have been produced under a separate contract with thepublic sector or private industry, completed and delivered after January 1, 2011.
    
    The Bidder must provide the following information for each of the audio-visual production services projects submitted:
    
    - Name of the project;
    - Client contact information;
    - Description of the project;
    - Project start date; (Month and Year)
    - Project location;
    - The total value of the project (excluding applicable taxes);
    - Profile of target audience and communication objectives of the project; and
    -List ofaudio-visual production services provided by the Bidder for the project.
    
    M.2 is subject to the R.2.1 point-rated criteria.
    
    M.3     KEY PRODUCTION PERSONNEL
    
    The Bidder must clearly identify the following proposed key production personnel. Each ofthe key personnel must meet the minimum required qualifications, as specified for each of the identified roles. The Bidder may propose the same individual for more than one role, provided that the individual meets the minimum required qualification for each role.  
    
    The Bidder must provide résumés for all identified key personnel proposed to provide the services as described in the Statement of Work at Annex “A”. The following information must be included: their education/training, their workhistory, their relevant experience, and their professional designations (if any).
    
    M.3.1 Production Manager/Supervisor            
                                                                                      
    Minimum Required Qualifications: 
    - Ten (10) years of progressive experience in managing and overseeing all aspects of video production processes including: client liaison; talent sourcing and hiring (including production facilities and freelancers in Victoria, B.C. and Halifax, N.S.); scheduling (including studio bookings, equipment rentals and skilled personnel); finance and administration (including the Task Authorization process, billing and invoicing); and progress reporting to clients,  
    
    M.3.2 Video Editor    
    
    Minimum Required Qualifications: 
    - Ten (10) years of experience as senior editor using the Avid Media Composer digital non-linear editing system, or equivalent.
    - Ten (10) years of experience with the Adobe After Effects digital visual effects, motion graphics, andcompositing application, or equivalent.
    - Five (5) years experience using techniques for efficient digital media storage and cataloguing (e.g using Excel) to track and retrieve multiple video resources quickly
    - Experience in sourcing and selecting musical soundtracks, stings, backgrounds, and audio special effects.  
    - Experience in current raw video formats and media encoders and colour correction toolsets.
    - Experience working with audio editing software and systems.
    - Experience working with high-end 2D and 3D animation and motion graphics systems.   
      
    In addition, the Bidder must submit one (1) USB key demo of at least two (2) video production samples (a “sizzle reel”) from previous productions that demonstrates the Video Editor’s experience in HD/UHD video editing, and that included the editing of imagery from the naval/maritime realm. The total running time of the demo MUST not exceed five (5) minutes. Should the running time of the submitted samples exceed five (5) minutes in length,only the first five (5) minutes will be evaluated.
    
    M.3.2 is subject to the R.2.2 point-rated criteria.
    
    M.4    FINANCIAL PROPOSAL
    
    The Bidder must provide costing information strictly in accordance with the Basis of Payment at Annex B. Any deviation fromthe pricing schedule will render the proposal non-responsive. 
    
    
    Basis of Selection - Lowest Price Per Point
    
    1. To be declared responsive, a bid must: 
    a. comply with all the requirements of the bid solicitation;
    b. meet all mandatory technical evaluation criteria; and
    c. obtain the required minimum of 70 percent of the points for each rated criteria and an overall passing mark of 126 points for the technical evaluation criteria which are subject to point rating. The rating is performedonascale of 180 points.
    2. Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract.
    3. In the event of a tie score, the bidder with the highest technical score will be recommended for award of a contract. 
    
    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
    () -
    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
    003
    English
    5
    004
    English
    7
    English
    5
    003
    French
    4
    French
    3
    004
    French
    2
    002
    English
    6
    English
    2
    002
    French
    3
    French
    1
    English
    8
    001
    English
    10
    French
    2
    001
    French
    3
    English
    17
    000
    English
    45
    French
    8
    000
    French
    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    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: