SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Mobile Security Screening Solution

Solicitation number 45045-180072/A

Publication date

Closing date and time 2019/04/17 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exceptional Circumstances Under Article 508 (1) of AIT
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    GAMBIT IT SOLUTIONS INC.
    5420 Canotek Road Unit 105
    Ottawa Ontario
    Canada
    K1J1E9
    Nature of Requirements: 
    
    Advance Contract Award Notice (ACAN)
    Mobile Security Screening Solution
    
    
    1. Introduction
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2. Background
    
    Statistics Canada (StatCan), intends to enter into a contract with Gambit IT Solutions Inc., for the purpose of acquiring the solution to successfully collect and process information needed for processing credit checks and fingerprint-based Criminal Record Checks (CRCs) for approximately 80,000 applicants. This information includes completed Forms TBS330-23 and scanned fingerprints. These records must be processed within tight timeframes in order to hire the temporary workforce required for the 2021 Census.  
    
    Government of Canada Standard on Security Screening requires:
    • Credit checks for each applicant. The credit check is conducted using either Equifax Canada or TransUnion Canada.
    • Fingerprint-based Criminal Record Checks (CRCs) for each applicant. Previously, Criminal Record Checks (CRCs) were conducted through a name-based verification which is no longer supported by the RCMP. 
    
    3. Definition of Requirements and Deliverables
    
    StatCan has a requirement for a complete solution to automate and manage the workflow required to complete credit checks and CRC’s for approximately 80,000 applicants located at over 350 locations across Canada. These locations cannot be predetermined and many will be in remote areas of the country. 
    
    4. Milestones
    
    Once StatCan has tested and accepted a functional system, the following Milestones and delivery dates must be met:
    
    1. November 15, 2019 - Delivery of a fully tested solution with Protected B certified RCMP/SSC DSB-accredited secure direct connect, full Statistics Canada security clearance and authority to operate, as well as a fully accredited electronic credit agency solution.  
    2. November 15, 2019 - Delivery of 50 RCMP vendor-certified FAP50 mobile fingerprint scanners and licenses.
    3. November 2019 - May 2020 - Preparation of documentation and training materials, printing and shipping in preparation for office opening.
    4. May 2020 - Regional Census Centres open. Delivery of remaining 450 RCMP   vendor-certified FAP50 mobile fingerprint scanners.
    
    5. Criteria for Assessment of the Statement of Capabilities  
    
    Any interested supplier must clearly demonstrate by way of a statement of capabilities how their proposed solution meets each of the following requirements.
    
        A. To successfully complete the approximately 80,000 security assessments, StatCan requires an existing solution that must:
    
        1. provide through purchase or lease approximately 500 RCMP vendor-certified FAP50 mobile fingerprint scanners for use by StatCan to capture applicant’s digital fingerprints. The decision whether to purchase or lease the scanners is at Canada’s sole discretion and will be made prior to contract award.The fingerprint scanners must be able to connect to a Statistics Canada supplied laptop (requires at least Intel i7, 8GB SDRAM, 256GB SSD) and capture applicant fingerprints. The scanners must resist   abrasion and be able to capture quality fingerprints from hands that are dry, moist or dirty from both young and older subjects. The scanners must resist latent prints, meaning the platen does not need to be cleaned between captures. The scanners must be resistant to heat, humidity, sunlight and extreme cold typically encountered in Canada’s weather profiles. The fingerprint FAP50 device must be certified for ruggedness based on the following tests:
       i. Drop and Shock test - passed MIL-STD-810G 516.6 Procedure IV- Transit Drop (6 feet drop onto concrete surface and device still working);
       ii. Water test on entire surface - sensor platen does not leak and scanner still functions normally after test;
       iii. Operating temperature -10C to +55C
       iv. Storage temperature - MIL-STD 810G 5o1.5 Procedure 1 (80C) and 502.5 Procedure 1 (-40C)
    
        2. validate the information provided on applicants’ identification documents i.e. drivers’ license, against the information submitted via a web service;
        3. import configurable applicant data from an external file produced by Statistics Canada’s Collection Management Portal (CMP) and use it to automatically generate an email that includes a link to TBS330-23, Personnel Screening, Consent and Authorization Form. The email must be applicant specific and contains information regarding date, time and location of the applicant’s testing session;
        4. provide a secure web application that allows applicants to complete Form TBS330-23 which gives the authorization required to conduct the credit check and security screening;
        5. automatically validate applicant data for completeness as it pertains to the mandatory information required for security screening; 
        6. electronically submit digital fingerprints securely from any location with internet connectivity across Canada using an RCMP-accredited direct connect as approved by the RCMP Departmental Security Branch (DSB);
        7. electronically submit requests to Equifax Canada or TransUnion Canada credit agencies without requiring any rekeying of applicant information;
        8. provide a readable file of the credit check results (for automation) and create a custom readable version (pdf) of credit information;
        9. allow working in offline mode in areas of the country with no internet connectivity with the ability to submit digital fingerprints once connectivity is available;
       10. allow collection of fingerprints and subsequent submission of only those fingerprints belonging to applicants who passed the employment selection test;
       11. allow flagging of fingerprint submissions that require subsequent review by Statistics Canada’s Departmental Security Office (DSO);
       12. automatically identify adverse criminal record or credit check results;
       13. deliver the combined results of CRCs and credit checks by applicant allowing the ability to search and prioritize  both adverse and non-adverse results for action by Statistics Canada’s Departmental Security Office (DSO);
       14. allow customization of the criteria for determining what defines adverse vs. non-adverse credit checks;
       15. automatically send results to CMP via a web service when files show no adverse criminal record or credit check results, based on business rules provided by Statistics Canada;
       16. provide progress reporting on each stage of the process when required;
       17. have the capacity to process up to 5000 CRC and credit checks per day;
       18. provide training materials and documentation for the use of mobile scanners and associated software;
       19. provide a solution that services both Official languages, English and French;
       20. provide technical support in both official languages from 7:00 am EST to 10:00 pm EST, 7 days of the week during field collection operations, September 2020 to September 2021;
       21. Protected B certified.
    
    B. The solution must be compliant with the following required functionalities:
    
        1. The solution must work and use data information to and from (interoperate with) all of the following platforms:
     
    Operating systems:
    • Windows 10 Professional 
    • Preferred Server: Windows Server 2016
    
    Interfaces to:
    • RCMP RTID System (to submit fingerprints)
    • StatCan RTID Inbox (to read criminal record check results)
    • Equifax or Trans Union for Credit Verification 
    • Statistics Canada Collection Management Portal (CMP) 
    • Preferred Database Server: MS SQL Server
    
        2. The solution must deliver, enable and support the functionality conduct approximately 80,000 CRC’s. 
    
        3. The solution must deliver, enable and support the functionality to submit requests to and receive results from Equifax Canada or TransUnion Canada for approximately 80,000 applicants.
    
        4. The solution must deliver, enable and support the functionality to perform encrypted file transfers between hosts that have a scheduling agent without the use of 3rd party software. The file transfer must also include a checkpoint restart and verification process to ensure that total file is transferred in its entirety prior to making it available on the destination host for use by subsequent applications.
    
        5. The solution must work, use data information to and from (interoperate with) Equifax or Trans Union current technical infrastructure.
    
        6. The solution must work, use data information to and from (interoperate with) RCMP’s current technical infrastructure. 
    
        7. The solution must work to ensure the security screening process meets the Government of Canada’s standard on security screening. 
    
      
    6. Justification for the Pre-Identified Supplier
    
    The only known supplier of a mobile security screening solution that meets all of the above required specifications is Gambit IT Solutions Inc., therefore it is proposed to negotiate this requirement with Gambit IT Solutions Inc.
    
    7. Government Contracts Regulations Exceptions
    
    The requirement is invoking limited tendering exception 6. (d) of the Government Contracts Regulations (GCRs) where only one person is capable of performing the contract. 
    
    
    8. Exclusion and/or Limited Tendering Reasons
    
    The following exclusions and/or limited tendering reasons are invoked under the:
    
    Canadian Free Trade Agreement (CFTA) - Article 513 2. iii. due to an absence of  competition for technical reasons; 
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV, 1(b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists
    
    North American Free Trade Agreement (NAFTA) - Article 1016: 2. (b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    9.   Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    10. Period of the proposed contract or delivery date
    
    The proposed contract is from contract award to September 30, 2021 with one (1) option period of one (1) year. During the initial contract period, the Contractor must meet the deliverables and delivery dates as described above in Section 4. -Milestones.
    
    
    11. Estimated Contract Value
    
    The total estimated contract value is $2,565,500.00 (excluding taxes) including the option period.
    
    12. Name and address of the pre-identified supplier
    
    Gambit IT Solutions Inc.
    5420 Canotek Road, 
    Unit 105, 
    Ottawa, ON, K1J 1E9
    
    13. Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PSPC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of an email transmission, in the subject line.
    
    Canada retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    Suppliers that have submitted a response will be notified in writing of StatCan’s decision to continue with the non-competitive procurement or to compete the requirement.
    
    
    14. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is April 17, 2019 at 2:00 P.M. Daylight Saving Time (DST).
    
    15. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Kenneth Smith
    Chef d'équipe d'approvisionnement | Supply Team Leader 
    SPAC Direction générale de l’approvisionnement | PSPC Procurement Branch 
    SGAST/DGAP | STAMS/MPPD 
    Direction d'approvisionnement des grands projets | Major Projects Procurement Directorate 
    Division des Systèmes de Soutien des Activités Opérationnelles | Business Operations Support Systems Division 
    Les Terrasses de la Chaudière
    10 Wellington St. 4th floor
    Gatineau, Quebec K1A 0S5
    kenneth.smith@tpsgc-pwgsc.gc.ca | 
    Téléphone | Telephone 613-408-0246 
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a contract for goods, services or construction to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Smith, Kenneth
    Phone
    (613) 408-0246 ( )
    Email
    kenneth.smith@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 4th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Statistics Canada
    Address
    150 Tunney's Pasture Driveway
    Ottawa, Ontario, K1A0T6
    Canada
    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Foreign
    Procurement method
    Competitive – Open Bidding

    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: