RFI - INMATE PURCHASING
Solicitation number 21120-131240/A
Publication date
Closing date and time 2013/05/28 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: RFI- INMATE PURCHASING 21120-131240/A McLaughlin, Michael Telephone No. - (819) 956-3622 michael.mclaughlin@tpsgc-pwgsc.gc.ca REQUEST FOR INFORMATION REGARDING INMATE PURCHASING FOR PUBLIC WORKS AND GOVERNMENT SERVICES CANADA (PWGSC) ON BEHALF OF CORRECTIONAL SERVICE CANADA Background and Purpose of this Request for Information (RFI) Correctional Service Canada (CSC) is a federal government agency responsible for administering sentences of two years or more, as imposed by the courts. CSC is also responsible for managing institutions of various security levels across Canada and supervising offenders under conditional release in the community. The purposes of this Request for Information (RFI) are as follows: (i) To provide the supplier community with preliminary information about the technical, operational and security requirements of the proposed Inmate Purchasing Plan. This preliminary information is described in the attached Annex A (Draft Statement of Work). (ii) To invite potential suppliers to submit responses to questions related to CSC's proposed approach to an Inmate Purchasing Plan and related specifications. These questions are set out in the attached Annex B (Information Requested from Potential Suppliers). Nature of Request for Information This is not a bid solicitation. This RFI will not result in the award of any contract, nor will it result in the creation of any source list. Consequently, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources or make any business commitments, as a result of any information contained in this RFI. Responses to this RFI from any potential supplier will not preclude that supplier from participating in any future procurement opportunity. In addition, the procurement of any of the goods and/or services described in this RFI may not necessarily follow this RFI. This RFI is for the sole purpose of soliciting feedback from industry with respect to the matters described herein. This RFI does not reflect a real or implied commitment on the part of CSC to implement any or all of the application or infrastructure initiatives described herein. Nature and Format of Responses Requested Responses from potential suppliers to this RFI will assist Public Works and Government Services Canada (PWGSC) and CSC in formulating a procurement strategy that would meet CSC's business and operational requirements. Respondents are requested to review Annex A, and to submit written responses to the information requested in Annex B. Respondents should explain any assumptions they make in their responses. In addition to providing responses to the information requested in Annex B, respondents may submit comments, concerns, and 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 Annex A. Respondents should note that Annex A is a draft document and remains a work in progress. Respondents should not assume that components or requirements could not be added to, deleted or revised in any bid solicitation that could ultimately be issued by Canada. Response Costs The Government of Canada (Canada) will not reimburse respondents for expenses incurred in responding to this RFI. Treatment of Responses (a) Use of Responses: Responses received will not be formally evaluated. However, they 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. (b) Review Team: A review team composed of representatives of CSC and 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. Canada reserves the right to invite any or all respondents to present their submissions to this RFI and/or perform a product or service demonstration. Format of Responses Responses should be provided to the questions identified in Annex B, using the numbering provided. 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 the Contracting Authority: GSIN's of Interest: N5820: Radio and Television Communications Equipment, except Airborne N8405: Outerwear, Men N8410: Outerwear, Women's N8430: Footwear, Men's N8435 : Footwear, Women's N6505: Drugs and Biologicals N8530 : Personal Toiletry Articles N7810 Athletic and Sporting Equipment N8010: Paint, Dopes, Varnishes and Related Products N8405L: Jackets/ Trousers/ Coveralls/ Slacks/Shorts, Men's N8405LFA: Trousers, Slacks, Shorts, Work, excluding Athletic or Undershorts N8415UEA: Swimwear, Trunks and swimsuits, Men's and Women's N8420: Underwear and Nightwear, Men's N8425: Underwear and Nightwear, Women's N8440: Hosiery, Handwear and Clothing Accessories, Men's N8445: Hosiery, Handwear and Clothing Accessories, Women's N6645G Watches N3405: Saws and Filing Machines N5210: Measuring Tools, Craftsmen N8020: Paint and Artists Brushes N8040: Adhesives N8305: Textile Fabrics N8330: Leather N5510: Lumber and Related Basic Wood Material N7830: Recreational and Gymnastic Equipment N6508: Medicated Cosmetics and Toiletries N6510ET: Supports Elastic, Ankle, Knee, Elbow N6650H: Lens Optical (all types) N4140CE: Fans, Portable, Office Desk and Column N6645B : Clocks N7510: Office supplies N7610: Books and Pamphlets N7105E: Frame, picture N7420B: Calculating machine N7520: Office Devices and Accessories N7690: Misc. Printed Matter N7710: Musical Instruments 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)
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
- McLaughlin, Michael
- Phone
- (819) 956-3622 ( )
- Address
-
11 Laurier St./11, rue Laurier
6B1, Place du Portage, Phase IIIGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__HN.B334.E62578.EBSU000.PDF | 000 | EN | 77 | |
ABES.PROD.BK__HN.B334.E62578.EBSU001.PDF | 001 | EN | 23 | |
ABES.PROD.BK__HN.B334.F62578.EBSU000.PDF | 000 | FR | 14 | |
ABES.PROD.BK__HN.B334.F62578.EBSU001.PDF | 001 | FR | 7 |
Access the Getting started page for details on how to bid, and more.