CCTV
Solicitation number E60HN-17CCTV/A
Publication date
Closing date and time 2017/05/23 14:00 EDT
Description
Trade Agreement: NONE Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: Request for Information (RFI) Closed-Circuit Television Equipment Standing Offer (CCTV SO) Public Service and Procurement Canada (PSPC) 2017 PART 1 - Purpose and Nature of the Request for Information (RFI) 1.1 Purpose of the RFI 1.2 Natureof the RFI PART 2 - Instructions to Respondents 2.1 Format of Responses 2.2 Submission of Responses 2.3 RFI Authority 2.4 Enquiries 2.5 Official Languages 2.6 Response Confidentiality PART 3 - Questions 3.1 Questions for Industry PART 1 - Purpose and Nature of the Request for Information (RFI) 1.1 Purpose of the RFI The Department of Public Service and Procurement Canada (PSPC) is launching a Request for Information (RFI) in order to seek information and feedback fromsuppliers and the industry with regard to the Stan ding Offer for Closed-Circuit Television Equipment (CCTV) as described herein. The Standing Offer is used as a method of supply for products categorized under Goods and Services Identification Numbers (GSINs) N5820D. The information/feedback collected from this RFI may be used to improve the process for all parties involved. 1.2 Nature of the RFI It is important to note that this is not a bid solicitation. This RFI will not result in the issuance of any Standing Offer. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. The RFI will not result i n the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI, this will not preclude that supplier from participating in any future procurement. Nothing in this RFI will be construed as a commitment from PSPC to is sue a solicitation for this project. PSPC may use non-proprietary information provided in this review and/or in the preparation of any formal solicitation document. PSPC will not be bound by anything stated herein and reserves the right to change at any time, any or all parts of the requirement, as it deems necessary. PSPC also reserves the right to revise its procurement approach, as it considers appropriate, either based upon information submitted in response to this RFI or for any other reason it deems appropriate. PART 2 - Instructions to Respondents 2.1 Format of Responses For ease of use and in order to gain the greatest value from the responses, Canada requests Respondents to follow the structure as detailed herein. There is no page limit on the information to be provided. Respondents are requested to: 1) Answer the questions at Part 3, Section 3.1. Canada reserves the right to seek clarifications from a Respondent for any information provided in response to this RFI, either by telephone, in writing or in person. 2.2 Submission of Responses Responses are not considered bids but, for expediency purposes, the PSPC Bid Receiving Unit is the designated location where written responses shall be sent. However, electronic submissions are also acceptable and may be sent by email to the RFI Authority as described herein. Bid Receiving Unit Public Works and Government Services Canada Place du Portage Level OB2-103, Phase III 11 Laurier Street, Gatineau, Quebec, K1A 0S5 Telephone: (819) 420-7200 Fax: (819) 997-9776 The Respondent's name, return address, RFI number and closing date should be clearly visible on the response. Responses to this RFI will not be returned. 2.3 RFI Authority The Public Service and Procurement Canada (PSPC) RFI Authority is responsible for the management of the procurement and RFI process. Brian Moore Public Service and Procurement Canada (PSPC) Acquisitions Branch Logistics, Electrical, Fuel and Transportation Directorate "HN" Division 7B3, Place du Portage, Phase III 11 Laurier Street Gatineau, QC, K1A 0S5 Telephone: (873) 420-0338 Facsimile: (819) 953-4944 E-mail address: brian.moore@pwgsc-tpsgc.gc.ca 2.4 Enquiries PSPC will not necessarily respond to enquiries in writing or by circulating answers to all potential suppliers as this is not a bid solicitation process. However, respondents with questions regarding this RFI may direct their enquiries to the RFI Authority named above. 2.5 Official Languages Responses may be in English or French, at the preference of the Respondent. 2.6 Response Confidentiality Respondents are requested to clearly identify those portions of their response that are proprietary. The confidentiality of each Respondent's re sponse will be maintained. Items that are identified as proprietary will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that the respondent do so, so that the proprietary nature of th e question is eliminated, and the enquiry can be answered with copies to all interested parties. PART 3 - Questions 3.1 Questions for Industry Question 1: Allowing Credit Card orders: Do you see any issues with allowing credit card orders up to $10,000, this would be optional? Would you want something by email as well such as reference to a quote number and standing offer number? ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ ________________________________________________________________________ Question 2: The current maximum call-up value is $200,000.00: Do you see any issues with increasing the maximum call-up value to $400,000.00? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 3: If the maximum call-up value was $400,000.00, in addition to the per unit discount percentage that will establish your ranking, could you provide additional total project discounts for call-ups valued between each of the following cost segments: i. $100,000.00 and $200,000.00, ii. $200,000.00 and $300,000.00, iii. $300,000.00 and $400,000.00 ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 4: Current service categories applicable to the CCTV SO are: • PreliminaryNeeds Consultation • Systems CAD Drawings • Installation Labour • Systems Programming • Systems Training • Systems Relocation If the current service categories do not cover enough types of commonly supplied CCTV related services, what types ofstandalone, hourly services should be added to the CCTV SO? Note: If design services were added, the SO holder would not be permitted to supply the equipment. ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question5 CCTV products and services are becoming more and more solutions based: How can the CCTV SO be modified to reflect this growing need? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 6 CCTV surveillance equipment categories: If a new equipment category could be added to the SO, what CCTV product types should be added and why? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 7 Current Environmental Equipment Certifications criteria applicable to the CCTV SO are: • ENERGY STAR rated • Electronic Product Environmental Assessment Tool (EPEAT) certified • Product meets Waste and Electrical Electronic Equipment (WEEE) specifications • Restriction of Hazardous Substances (RoHS) certified • Product is TCO Certified • Product is equipped with sleep/power-downmode If the Environmental Equipment Certifications criteria are inadequate, which ones should be deleted and/or what other Environmental Equipment Certifications criteria should be added? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 8 The built-in manufacturer MSRP price list update process: Does this process adequately protect suppliers from currency fluctuations? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ Question 9 Do you supply adaptive equipment under this standing offer that consists of work-related devices or equipment that allow employees with disabilities to participate as fully as possible in the workplace ? If you have products are there any standards for these products? ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ ______________________________________________________________________ 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
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Moore, Brian
- Phone
- (819) 420-0338 ( )
- Email
- brian.moore@tpsgc-pwgsc.gc.ca
- Fax
- (613) 953-4944
- Address
-
11 Laurier St./11, rue Laurier
7B3, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.