Request for information (RFI) - Marine Container Optical
Character Recognition (OCR)
Solicitation number 47064-146865/A
Publication date
Closing date and time 2013/10/30 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: REQUEST FOR INFORMATION (RFI) - Marine Container Optical Character Recognition (OCR) CLOSING DATE has been changed to October 30, 2013 This is not a bid solicitation INTRODUCTION Public Works and Government Services Canada on behalf of Canada Border Services Agency (CBSA) is seeking feedback from industry, and in particular Marine Container Optical Character Recognition (OCR) Suppliers, with respect to information on OCR solutions that have Marine Container number capturing/reading abilities. For details on CBSA's interactive demonstrations sessions, please refer to the attached Annex B. OBJECTIVES OF THE RFI The purpose of the Request for Information is to: 1. Collect information on market readiness and industry capabilities specific to OCR with respect to border processing; 2. Receive responses from the industry about their product (s); and, 3. Solicit industry's interest to provide an interactive demonstration of how their product(s) address the listed questions, and to discuss their product(s) in detail. NATURE OF RFI This is not a bid solicitation. This RFI will not result in the award of any contract. 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. Nor will this RFI result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, the procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry. NATURE AND FORMAT OF RESPONSES REQUESTED Respondents are requested to provide their comments, concerns and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents are also invited to provide comments regarding the content, format and/or organization of any draft documents included in this RFI. Respondents should explain any assumptions they make in their responses. RESPONSE COSTS Canada will not reimburse any respondent for expenses incurred in responding to this RFI. RESPONSES AND ENQUIRIES Respondents are reminded that this is a RFI and not a Request for Proposal (RFP). Responses will not be formally evaluated. However, the responses received 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. Canada may, in its discretion, review responses received after the RFI closing date. A review team composed of representatives of the client and PWGSC will review the responses on behalf of Canada. 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. 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. Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response. QUESTIONS TO INDUSTRY Please see attached Annex A. 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 Request for Information may direct their enquiries to: Anne Caron Public Works and Government Services Canada Acquisitions Branch Commercial Consumer Products Directorate 11 Laurier Street, 6A2, Phase III Place du Portage, Hull, Quebec, K1A 0S5 Telephone: (819) 956-3874 Facsimile: (819) 956-3814 E-mail address: anne.caron@tpsgc-pwgsc.gc.ca SUBMISSION OF RESPONSES Public Works and Government Services Canada requests that respondents submit their written responses to the issues referenced herein or any additional comments/concerns or alternate recommendations on how this requirement can be satisfied via electronic mail to the Contracting Authority named herein. ANNEX A REQUEST FOR INFORMATION (RFI) This RFI is to determine functionality and if the OCR systems can be integrated to existing Canada Border Services Agency equipment. 1. What is the accuracy rate for your system? Proponent Response: 2. What is the minimum number of cameras needed? Proponent Response: 3. Can your system work with our cameras (Lumenera Le165C Day/Night with a Pentax C30405TH lens)? Proponent Response: 4. Can your system scan containers moving at speeds up to 40km? Proponent Response: 5. What does the system do if it can't identify a container number? Proponent Response: 6. Can the system use a database to identify partial container numbers? Proponent Response: 7. Can multiple systems be linked to a central database? Proponent Response: 8. What type of report can be generated by the system? Proponent Response: 9. What protocol is used to transfer information? Proponent Response: 10. Where are your systems deployed aroundthe world (types of sites, end users, POC's)? Proponent Response: 11. What are the operational requirements? Proponent Response: 12. Do you have any additional information you deem appropriate to add? Proponent Response: ANNEX B INTERACTIVE DEMONSTRATIONS SESSIONS Canada Border Services Agency (CBSA) may at its sole discretion schedule meetings with interested respondents to provide them with the opportunity for a follow-up to their written response to present/demonstrate/discuss their capabilities in relation to this RFI. An Invite Agenda along with specific questions or areas of interest to be covered during the session will be provided to the interested respondents. The demonstration will be located at a mutually agreed location. The exact location and timeframe will be detailed in the Invite Agenda. However, at no time will the session exceed 4 hours in length. Vendors will also be asked to provide an electronic version of their presentation. The Vendor must provide a contact name, email address and telephone number when submitting their response. The Vendor session will cover specific technical and particular Marine Container Optical Character Recognition (OCR) details. As such, representatives attending the session must include Subject Matter Expert(s) in these areas in order to meaningfully respond to questions at the session. Vendors are advised to clearly identify which portions of their response are proprietary. The confidentiality of each Vendor's response will be maintained. Due to the nature of RFI activity, respondents must be aware that aspects (that have not been labelled confidential) of their responses may be used as a basis as CBSA prepares for any future procurement. All Vendors participating in the demonstration must provide, for a period of up to three months, a fully-functional system for further examination by CBSA personnel. Information provided in response to this RFI will be divulged only to individuals authorized to participate in this RFI activity. Responses to this RFI will not be used to pre-qualify or otherwise restrict participation in any future RFP. Responses will not be formally evaluated. CBSA will not reimburse any expenditure incurred in preparing responses, providing systems and participating in the demonstration sessions related to this RFI. 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
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Caron, Anne
- Phone
- (819) 956-3874 ( )
- Fax
- (819) 956-3814
- Address
-
11 Laurier St./ 11 rue, Laurier
6B1, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.PW__PV.B924.E63590.EBSU000.PDF | 000 |
English
|
32 | |
ABES.PROD.PW__PV.B924.E63590.EBSU001.PDF | 001 |
English
|
11 | |
ABES.PROD.PW__PV.B924.F63590.EBSU000.PDF | 000 |
French
|
1 | |
ABES.PROD.PW__PV.B924.F63590.EBSU001.PDF | 001 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.