Exhibits - Signage Production

Solicitation number C1111-140554/A

Publication date

Closing date and time 2015/03/12 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
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Signage Production
    
    C1111-140554/A
    Baxter, Emily
    Telephone No. - (613) 949-1285
    
    
    Nature of Requirement:
    
    The Department of Canadian Heritage hosts national events
    related to its mandate, programming and objectives. The Capital
    Experience production services team within the Department
    coordinates the provision of services and the implementation,
    concept development, fabrication coordination and installation
    of signage and external environmental graphics. This process is
    carried out in collaboration with our internal and external
    clients, such as event programming, marketing, business
    development, interpretation and commemorative programs and with
    other departments. Each event has a specific graphic identity or
    "appearance" that reflects the Department's overall identity and
    is applied to the various signage components used to meet visual
    communications needs. Furthermore, standard graphic layouts or
    "templates" are created to simplify the application of text in
    the various formats used. 
    
    The Department is seeking outside suppliers to provide the full
    range of professional services involved in producing, printing
    and installing exhibit signage and decors required to mount the
    events mentioned above. 
    
    This Standing Offer invites printing and sign-making suppliers
    to submit offers for the work specified in this document. The
    offers will be evaluated and a maximum of three (3) companies
    capable of meeting the requirements described herein will be
    selected.
    
    The period of the Standing Offer (SO) will be from award of SO
    to March 31, 2018.
    
    As per the Integrity Provisions under section 01 of Standard
    Instructions 2006, offerors
    must provide a list of all owners and/or Directors and other
    associated information as required.
    Refer to section 4.21 of the Supply Manual for additional
    information on the Integrity Provisions.
    
    For services requirements, Offerors must provide the required
    information as detailed in article 2.3 of Part 2 of the Request
    for Standing Offers (RFSO), in order to comply with Treasury
    Board policies and directives on contracts awarded to former
    public servants.
    
    The requirement is subject to the provisions of the Agreement on
    Internal Trade (AIT).
    
    The requirement is limited to Canadian goods and/or services.
    
    This Standing Offer excludes goods and services delivered in or
    destined to addresses located in Comprehensive Land Claims
    Agreement(s) (CLCAs) areas.
    
    
    Evaluation Criteria:
    
    The Mandatory requirements are:
    
    M.1	Corporate Experience and Capability
    The Offeror must demonstrate that it has been contractually
    bound to an external client or to external clients (outside of
    the Offeror's own company) for three (3) separate contract(s) to
    provide the production, printing and installation of signage
    similar in scope to the requirements detailed in the Annex A
    Statement of Work.
    
    During the evaluation no corporate experience gained through
    internal clients will be accepted or reviewed.
    
    The total value (for the production, printing and installation
    only) of each of the three (3) contracts must have been between
    $5,000.00 and $75,000.00 excluding applicable taxes;
    
    Each of the three (3) contracts must have:
    
    been completed after January 1, 2010
    required the provision of all of the following stages: 
    Production, printing and installation of the signage;
    required printing using multiple ink colours 
    
    At least one (1) of the three (3) contracts must have been for
    signage printed using UV stable exterior grade inks applied
    directly on the base signage material.
    
    At least one (1) of the three (3) contracts must have been for
    signage printed at an output resolution of  400 dpi or higher.
    
    At least one (1) of the three (3) contracts must have been for
    signage produced for outdoor use in winter weather conditions
    including temperatures as low as -40 degrees Celsius, high winds
    measuring up to 80 kilometres per hour, snow and freezing rain. 
    
    At least one (1) of the three (3) contracts must have been for
    signage produced on a lightweight, waterproof, corrugated
    plastic material.  The signage must have measured at least 7
    feet x 3 feet  or larger (finished size). 
    
    At least one (1) of the three (3) contracts must have been for
    signage produced on an exterior grade, minimum 16oz vinyl
    material. The signage must have measured at least 7 feet x 3
    feet (finished size).
    
     At least one (1) of the three (3) contracts must have been for
    signage requiring double stitched, reinforced hems.
    
    At least one (1) of the three (3) contracts must have been for
    signage that included grommets or other hardware for hanging or
    display as a part of the finished product. 
    
    At least one (1) of the three (3) contracts must have been for
    signage that required installation services to be provided at
    the exhibit/display location. 
    
    Response Format:
    
    M.1.1 The Offeror must provide a description of each of the
    three (3) contracts. The information provided must demonstrate
    that the three (3) contracts meet M.1.
    
    For each contract the Bidder must provide the following
    information:
    
    The completion date of the contract (example: March 2010 or
    April 10, 2010);
    A complete description of the type of signage and the
    requirements for the production, printing and installation of
    the signage provided including;
    
    - A description of the grade and type of inks used for the
    printing of the signage and how they were applied;
    - The output resolution of the printing;
    - Indicate whether the signage was produced for outdoor or
    indoor use and describe the weather conditions that the signage
    was produced to withstand.
    - The signage material (type of material and thickness/weight);
    - The finished size (dimensions) of the signage;
    - The finishing requirements of the signage (including any
    requirement for the application of installation hardware or for
    double stitched, reinforced hems).
    
    The Client information for the Contract.
    
    M.1.2:	For each contract the Bidder must provide at least one
    (1) or more colour photograph or colour copy of a colour
    photograph of the signage produced and printed under the
    Contract.
    
    M.2	Offeror's Capability to Accept and Produce Signage from
    Supplied Electronic Files
    M.2.1: The Offeror must demonstrate that it currently has an FTP
    site capable of accepting electronic files transferred from
    Clients for the printing and fabrication of signage.  
    
    M.2.2: The Offeror must demonstrate that it can output and print
    from electronic files supplied using Adobe Illustrator CS 5 or
    more recent version, Photo shop CS 5 or more recent, and In
    Design.
    
    To demonstrate that the Offeror meets M.2.1 and M.2.2, the
    Offeror must provide a written confirmation that the Offeror
    currently has a FTP site capable of accepting electronic files
    transferred from Clients for the printing and fabrication of
    signage and that the Offeror can output and print from
    electronic files supplied using Adobe Illustrator CS 5 or more
    recent version, Photo shop CS 5 or more recent, and In Design
    
    M.3	 Requirement and Equivalent Products
    
    The Bidder must provide specifications and descriptive
    literature for each proposed equivalent product in accordance
    with the requirement described in Annex "A" Statement of Work
    and Appendix 1 to Annex A, and in accordance with SACC Manual
    Clause B3000T (2006-06-16) Equivalent Products (reproduced below
    for convenience):
    
    Equivalent Products:
    
    1.	Products that are equivalent in form, fit, function and
    quality to the item(s) specified in the bid solicitation will be
    considered where the Offeror: 
    
    a)	designates the brand name, model and/or part number of the
    substitute product;
    b)	states that the substitute product is fully interchangeable
    with the item specified;
    c)	provides complete specifications and descriptive literature
    for each substitute product;
    d)	provides compliance statements that include technical
    specifics showing the substitute product meets all mandatory
    performance criteria that are specified in the bid solicitation;
    and
    e)	clearly identifies those areas in the specifications and
    descriptive literature that support the substitute product's
    compliance with any mandatory performance criteria.
    
    2.	Products offered as equivalent in form, fit, function and
    quality will not be considered if: 
    a)	the bid fails to provide all the information requested to
    allow the Contracting Authority to fully evaluate the
    equivalency of each substitute product; or
    b)	the substitute product fails to meet or exceed the mandatory
    performance criteria specified in the bid solicitation for that
    item.
    
    3.	In conducting its evaluation of the bids, Canada may, but
    will have no obligation to, request Offerors offering a
    substitute product to demonstrate, at the sole cost of Offerors,
    that the substitute product is equivalent to the item specified
    in the bid solicitation.
    
    If the Offeror proposes one or more products under the
    Equivalent Products article, Canada may, but will have no
    obligation to, request a sample of one or more of the product(s)
    proposed in order to determine whether the proposed product(s)
    meet the technical specifications identified at Annex "A"
    Statement of Work. The Offeror will have the number of days
    specified by Canada in its request to provide the required
    sample(s). Failure to provide a sample within the time allotted
    may result in the entire bid being declared non-responsive.
    
    If the Offeror fails to demonstrate in its technical proposal
    and/or through a sample provided (if requested by Canada) that a
    proposed product is equivalent (in accordance with SACC Manual
    Clause B3000T (2006-06-16) Equivalent Products), the entire bid
    will be declared non-responsive and will not be considered
    further.
    
    The Offeror is not required to propose the same brands for all
    products listed under Appendix 1 to Annex A.
    
    NOTE: The Offeror is not required to submit a sample of any
    product(s) proposed with the bid submission.
    
    
    M.4	Financial Offer
    	
    The Offeror must provide costing information strictly in
    accordance with the Basis of Payment at Annex B.  Any deviation
    from the pricing schedule will render the offer non-responsive.
    
    
    Basis of Selection:
    
    An offer must comply with the requirements of the Request for
    Standing Offers and meet all mandatory technical evaluation
    criteria to be declared responsive. The three responsive offers
    with the lowest evaluated price (BEV) will be recommended for
    issuance of a standing offer.	
    
    The Offeror with the lowest evaluated price will receive a 34%
    nominal share. The Offeror with the second lowest evaluated
    price will received a 33% nominal share. The Offeror with the
    third lowest evaluated price will receive a 33% nominal share.
    
    For further information regarding the Nominal Share System,
    please refer to PART 6 - RESULTING CONTRACT CLAUSES, 6.8.1
    Nominal Share System.
    
    
    PLEASE GO TO THE BUYANDSELL WEBSITE (WWW.BUYANDSELL.GC.CA) TO
    DOWNLOAD A COPY OF THE COMPLETE RFP AND ANY SOLICITATION
    AMENDMENTS.
    
    
    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
    Baxter, Emily
    Phone
    (613) 949-1285 ( )
    Fax
    (613) 991-5870
    Address
    360 Albert St. / 360, rue Albert
    12th Floor / 12ième étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Canadian Heritage
    Address
    1030 Innes Road
    Ottawa, Ontario, K1B4S7
    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
    English
    13
    002
    English
    12
    002
    French
    5
    French
    8
    English
    15
    001
    English
    15
    001
    French
    7
    French
    7
    000
    English
    56
    English
    24
    000
    French
    21
    French
    9

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price

    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: