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)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    McLaughlin, Michael
    Phone
    (819) 956-3622 ( )
    Address
    11 Laurier St./11, rue Laurier
    6B1, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    000 EN 77
    001 EN 23
    000 FR 14
    001 FR 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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    National Capital Region (NCR)
    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: