Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

TRANSLATION SERVICES

Solicitation number EN937-113184/A

Publication date

Closing date and time 2012/07/03 15:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    *****************************************************************
    **********************************
    ABORIGINAL COMPANIES ARE ENCOURAGED TO BID ON THIS REQUIREMENT
    *****************************************************************
    ************************************
    
    TITLE: Translation services, English to French, for the National
    Defense Division of the Translation Bureau, an agency of Public
    Works and Government Services Canada (PWGSC).
    
    
    BACKGROUND:
    
    The Translation Bureau is an agency of PWGSC charged with
    supporting the Government of Canada in its efforts to provide
    services for, and communicate with, Canadians in the official
    language of their choice. The requirement pertains to the
    National Defense Division.
    
    While much of the demand can be handled internally by
    Translation Bureau translators, the Bureau regularly relies on
    out sourcing to handle excess Work.
    
    
    DESCRIPTION OF REQUIREMENT:
    
    The Translation Bureau wants to procure English-to-French
    translation services on an as-and-when-requested basis, the work
    to be performed at the supplier's site and delivered to the
    Translation Bureau.
    
    The texts to translate, of a general or specialized nature, deal
    with federal programs and activities in the military field. The
    documents to be translated consist of, among other things,
    meeting or conference agendas and minutes, briefing notes,
    reports, memorandums, articles for Defence Department
    publications, PowerPoint presentations, training and instruction
    manuals, calls for tender, statements of work and documents for
    a specific target audience, such as civil servants and military
    personnel.
    
    The total annual requirement for English-to-French translation
    is estimated at 2,500,000words or the equivalent in hours. 
    
    Services shall be provided for one (1) years as of the contract
    award date, and the contract will include an option allowing it
    to be extended for two (2) additional periods of one (1) year
    each under the same terms and conditions.
    
    
    ESTIMATED VOLUME:
    
    The total annual requirement for English-to-French translation
    is estimated at 2,500,000 words and 100hours for work billed by
    hour, i.e. a production capacity of up to 10,000words per
    working day.
    
    During the three-month familiarization period, the expected
    production capacity is 5,000words per working day for the first
    month, 7,000words per working day for the second month and
    9,000words per working day for the third month.
    
    
    MANDATORY TECHNICAL CRITERIA  (MTC):
    
    Bids must meet all the mandatory technical criteria specified
    below. The Bidder must provide the necessary documentation to
    support compliance with this requirement. 
    
    Bids that fail to meet all the mandatory technical criteria will
    be declared non-responsive. Each mandatory technical criterion
    must be addressed separately.
    
    MTC No.	Description of mandatory technical criteria
    MTC 1.	The Bidder must provide the name of one (1) primary
    co-ordinator and one (1) backup co-ordinator, as specified in
    A4.6.a of AnnexA, Statement of Work.  If more than one primary
    co-ordinator or more than one backup co-ordinator is proposed,
    only the first two (2) in the order presented in the bid will be
    considered. Furthermore, if the Bidder does not identify the
    primary co-ordinator and backup co-ordinator, the first will be
    evaluated as the primary and the second as the backup. 
    MTC 2.	The Bidder must provide the names of two (2) primary
    revisers and one (1) backup reviser, as specified in A4.6.b of
    Annex A, Statement of Work.   If the Bidder proposes more than
    three (3) individuals, Canada will evaluate the first three (3)
    in the order presented in the bid. Furthermore, if the Bidder
    does not identify the primary revisers and backup reviser, the
    first two (2) revisers proposed will be evaluated as the primary
    revisers and the third as the backup. 
    MTC 3.	Each of the individuals proposed as revisers in MTC2 must
    be a translator certified (in translation from English to
    French) by a provincial or territorial professional association
    affiliated with the Canadian Translators, Terminologists and
    Interpreters Council (CTTIC).  The Bidder must provide a copy of
    the membership card for the current year from the professional
    association concerned, and Canada reserves the right to conduct
    any verifications that may be required to ascertain whether the
    individual is a member in good standing.
    
    
    POINT RATED TECHNICAL CRITERIA: Refer to the solicitation for
    the point rated technical criteria.
    
    BASIS OF SELECTION: Lowest price-per-point
    Only one (1) contract will be recommended for award under this
    solicitation. 
    
    1.	To be declared responsive, a bid must:
    
    comply with all the requirements of the bid solicitation;
    meet all mandatory evaluation criteria; and 
    obtain the required minimum number of points specified in the
    attachment 1 to Part4 for the point-rated technical criteria. 
    	
    2.	Bids not meeting the requirements in 1.(a) or (b) or (c) will
    be declared non-responsive. Neither the responsive bid obtaining
    the highest number of points nor the one with the lowest price
    will necessarily be accepted.
    
    3.	The price per point is determined by dividing the total
    evaluated price by the overall score received for all the
    point-rated technical criteria in the attachment 1 to Part4 of
    the solicitation. 
    
    4.	The responsive bid with the lowest price per point will be
    recommended for contract award. 
    
    In the event that two (2) or more responsive bids obtain the
    same price per point, those bids will be ranked in descending
    order by total score obtained for all of the point-rated
    technical criteria detailed in Attachment1 to Part4, the
    responsive bid with the highest total score being ranked the
    highest will be recommended for contract award.
    	
    BASIS FOR CANADA'S OWNERSHIP OF INTELLECTUAL PROPERTY:
    
    The Translation Bureau of PWGSC has determined that any
    intellectual property rights arising from the performance of the
    work under the resulting contract will vest in Canada, on the
    following grounds: 
    
    where the Foreground consists of material subject to copyright,
    with the exception of computer software and all documentation
    pertaining to that software.
    
    CANADIAN CONTENT:
    This procurement is limited to Canadian services as defined in
    SACC Manual clause A3050T, Canadian Content Definition.
    
    CONTRACTING AUTHORITY:
    
    Brigitte Gonga
    Telephone:	(819) 956-8165
    Facsimile:	(819) 956-2675
    email:		brigitte.gonga@pwgsc-tpscg.gc.ca
    
    ***** Note: Do not forward proposals to the above PWGSC contact
    *****
    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

    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
    Gonga, Brigitte
    Phone
    (819) 956-8165 ( )
    Fax
    (819) 956-2675
    Address
    PSBID, PWGSC / DIASP,TPSGC
    11 Laurier St. / 11, rue Laurier
    10C1/Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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.

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    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: