Card Acceptance Services

Solicitation number EN891-121555/A

Publication date

Closing date and time 2012/06/08 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Solicitation no.: EN891-121555/A
    
    
    
    REQUEST FOR COMMENTS (RFC)
    
    CARD ACCEPTANCE SERVICES 
    (Electronic Draft Capture Service)
    
    
    The intent of this Request for Comments (RFC) is to solicit
    feedback on the aspects detailed herein and the draft Request
    for Proposal (RFP) so as to enable Canada to consider industry
    perspectives. Included in the draft Request for Proposal (RFP)
    are the draft Statement of Work (SOW), the draft Basis of
    Payment, the draft Pricing Schedule and the draft Technical
    Criteria.
    
    SERVICE REQUIREMENTS
    
    The Department of Public Works and Government Services Canada
    (PWGSC) requires services for all federal departments across
    Canada including the acceptance, processing and settlement of
    Visa, MasterCard, Interac and Interac Online transactions and
    the acceptance of AMEX cards payable to the Receiver General for
    Canada.
    
    These services will be required for a period of five (5) years
    commencing from date of Contract with an irrevocable option on
    the part of Canada to extend the period of any resulting
    Contract by up to two (2) additional one (1) year periods and
    one (1) additional one (1) year transition period.
    
    There is a security requirement associated with this
    requirement. Please refer to the draft RFP attached including
    the following:
    
    Part 6, Security, Financial and Other Requirements, article 1,
    Security Requirement;
    Part 7, Resulting Contract Clauses, article 3, Security
    Requirement;
    Annex C, Security Requirements Check List and its associated
    attachments.
    
    Potential suppliers, who currently do not meet the facility
    security clearance requirements and (or) personnel security
    clearance, should initiate the security clearance process by
    requesting sponsorship from the Contracting Authority. For any
    inquiries concerning any security requirements, suppliers should
    contact CISD at 1-866-368-4646, or (613) 948-4176 in the
    National Capital Region (NCR), CISD Website:
    http://ssi-iss.tpsgc-pwgsc.gc.ca/.
    
    The following is an overview of the services required:
    
    accept, process and settle Visa, MasterCard, (and other brands
    if requested) and Debit Card (Interac, Interac Online, and other
    brands if requested) transactions payable to the Receiver
    General for Canada, including sales, authorizations, and refunds;
    accept and process AMEX transactions payable to the Receiver
    General for Canada, including sales, authorizations, and refunds;
    ensure ease of transition from the previous and to any
    subsequent card acceptance service provider with no break in
    service. The phase-in will be within eighteen (18) months from
    the date of Contract issuance, unless otherwise agreed by Canada
    and the phase-out will not exceed twelve (12) months;
    for the implementation phase, have a project management approach
    by providing within one week of contract award a team leader
    and, within three (3) weeks of Contract award, a project plan
    including a comprehensive work breakdown structure, a project
    schedule, level of required effort and resources, project risk
    tracking and weekly progress reports identifying any issues
    together with corrective actions;
    provide ongoing account management including the maintenance of
    an issue log and monthly review sessions with the project
    authority throughout the term of the Contract;
    provide services to departmental offices including point-of-sale
    (POS) workstations and/or POS software rental, installation
    advice, on-site networking, inspection and installation, and
    help desk support;
    open an Account at an LVTS-participating Financial Institution
    and, each banking day, post a total of all net payments per
    merchant per card type;
    provide daily departmental office, departmental headquarters and
    Receiver General for Canada access to transaction reporting as
    well as daily electronic bank statement reporting to the RG;
    meet specified service levels including planned outages,
    availability, help desk response, hardware/software setups or
    replacement;
    have a formal contingency and disaster recovery plan;
    provide services, as required, in both official languages of
    Canada; 
    optionally provide innovative approaches to technologies and
    services throughout the Contract term to improve customer
    service and/or decrease costs to Canada;
    upon the Receiver General's request, interface with and settle
    to another account used by the Receiver General (rather than
    post the funds to the Account);
    provide online card acceptance services  solution (the Receiver
    General Buy Button (RGBB) Solution); 
    provide "industry standard" levels of data and processing
    security and integrity of debit and credit card processing,
    including complying with security and privacy requirements as
    may be specified from time-to-time by the financial services
    industry and by the card associations. This includes, but is not
    limited to Payment Card Industry (PCI) Data Security Standards
    (DSS). 
    provide system security procedures and measures in accordance
    with security requirements.
    
    
    NOTE TO POTENTIAL SUPPLIER
    
    The publication of this Request for Comment (RFC) must not be
    construed as a commitment on Canada's part to issue a subsequent
    "Request for Proposal" for Card Acceptance Services (Electronic
    Draft Capture Service) and no Contract or other form of
    commitment will be entered into with any supplier based on
    responses to this RFC. The responses from industry will enable
    Canada to evaluate the strategy to be taken, if any, in regards
    to issuing an RFP for the required services. 
    
    Canada will not be liable for, nor will it reimburse any costs,
    fees or expenses incurred in the preparation or submission of
    responses to this RFC. Canada will not be bound by anything
    stated herein. Canada reserves the right to change, at any time,
    any or all parts of the requirements, as it deems necessary.
    
    Potential suppliers are advised that any information submitted
    to PWGSC in response to this RFC may be used in development of a
    subsequent RFP. Potential suppliers will not be bound by any
    aspect of their response to this RFC. All responses to this RFC
    will be held by PWGSC on a confidential basis (subject to
    applicable legislation), and remain the property of PWGSC once
    they have been received.
    
    
    INFORMATION SESSIONS
    
    During the period of this RFC, there will be an opportunity for
    Canada and Industry to enter into discussions about the
    requirement during scheduled "one-on-one meetings" to be held at
    11 Laurier Street, Gatineau, Quebec, on or around June 18-22,
    2012. The scope of the requirement outlined in the bid
    solicitation would be reviewed during the meeting and questions
    would be answered. Potential suppliers may use this session to
    better understand the requirements and to explain their comments
    in regards to the documents attached to this RFC. Meetings will
    be up to 2 hours in duration and may be attended in person or by
    phone. Any meeting request must be submitted in writing to the
    Contracting Authority, noted herein, as soon as possible but no
    later than June 8, 2012, and include the names of the
    representatives who will attend, along with their
    Title/Responsibility within the company, and at least three time
    slots (AM or PM), during the week of June 18-22, in which they
    would be available to meet. Meeting requests received after that
    time may not be accommodated. Suppliers who do not request a
    meeting will not be precluded from submitting a bid, should an
    RFP be issued in the future. Further information including the
    exact timing and location of the meeting will be made available
    to the registrants following registration.
    
    
    CLOSING DATE
    
    Responses to this RFC will be accepted until 02:00 PM Eastern
    Daylight Time EDT on June 8, 2012. Feedback to the draft Request
    for Proposal (RFP), including the draft Statement of Work (SOW),
    the draft Evaluation Criteria document, the draft Basis of
    Payment, etc, is to be submitted by fax or electronically to the
    Contracting Authority. The information received after that date
    will be considered only to the extent reasonable, in the sole
    opinion of Canada, given the progress of the Work at the time of
    the receipt of the said information.
    
    Canada may require clarification of written responses received.
    If required, any clarification will be requested within thirty
    (30) working days of the closing date of the RFC. Request for
    clarification will be submitted in writing (by facsimile or
    email) and a response will be requested within three (3) working
    days of transmission of the clarification questions.
    
    
    CONTRACTING AUTHORITY
    
    Brigitte Loignon ing. P.Eng.
    A/Supply Team Leader
    Professional Services Procurement Directorate
    Services and Technology Acquisition Management Sector
    Acquisition Branch
    Public Works and Government Services Canada
    Government of Canada
    11 Laurier Street, Gatineau, QC, K1A 0S5
    Telephone: (819)-956-1651
    Fax: (819) 956-2675
    E-mail address: brigitte.loignon@tpsgc-pwgsc.gc.ca
    
    
    FORMAT OF RESPONSE
    
    The potential suppliers should review the attached draft
    documents, respond to the following questions and complete the
    "Comments Tables" attached to the solicitation amendment no. 001.
    
    QUESTIONS
    
    General
    
    Are the requirements as stated in the attached draft Request for
    Proposal (RFP) clear?
    What do you need to be able to assess the picture more fully?
    We are planning to give 40 calendar days to submit a bid. Is
    this sufficient? If not, what is the absolute minimum number of
    days required?
    Are the requirements too restrictive to allow for innovation and
    flexibility in responses?
    Do you understand how the proposal would need to be presented?
    Please make any suggestions for changes or improvements that you
    would like considered in any subsequent RFP and explain why.
    Do you think that a five (5) year contract period with an
    irrevocable option to extend the period of any resulting
    Contract by up to two (2) additional one year periods and one
    additional one year transition period is appropriate for the
    card acceptance services? What would you prefer and why?
    Will you bid on any resultant RFP for this requirement? If not,
    please explain.
    Although it is not Canada's current intention to do so, if it
    was decided to only accept one or two credit card types, in
    exchange for lower interchange fees, would you be able to
    support such an initiative? If no, please provide justification.
    Is this draft Request for Proposal (RFP) compatible with your
    current billing system? If not, please specify why. 
    Are you able to share your disaster recovery plan? If not,
    please explain.
    
    Draft Attachment 1 to Part 3, Pricing Schedule
    
    Financial Proposal Evaluation
    We have identified the cost elements that we think are relevant
    to the products and services being procured. Are any of the cost
    elements, which we have identified not relevant? Are there any
    additional cost elements that are relevant and should be
    considered?
    
    Draft Attachment 1 to Part 4, Technical Criteria
    
    Mandatory Technical Criteria
    Are the mandatory requirements too restrictive? If yes, please
    explain.
    Should you have any problem with the additional following
    mandatory criteria, please advise and explain why. If PROTECTED
    information would be accessed, processed or stored outside of
    the countries listed below, in part b, please also indicate the
    countries: "
    a. The Bidder must provide the list of its organization's work
    sites (including its subcontractor's work sites), which will
    have access to PROTECTED information.
    
    b. The Bidder must confirm that no PROTECTED information will be
    accessed, processed or stored by an organization's work site
    (contractor or subcontractor work sites) located elsewhere than
    within the following countries: Australia, Finland, France,
    Germany, Israel, Italy, Netherlands, New Zealand, Norway, Spain,
    Sweden, Switzerland, United Kingdom and United States".
    Point-rated Technical Criteria
    Do the evaluation criteria appear to evaluate fairly the
    substantive elements of any potential proposal? Are there other
    criteria that you think should be considered?
    
    Draft RFP, Annex A - Statement of Work
    
    1.0 Card Acceptance Overview
    Does the Card Acceptance Overview provide you with a sufficient
    description of the Government of Canada's Card Acceptance
    environment? If not, what else do you require to be able to
    fully assess the picture?
    Appendices 
    Do the SOW (Annex A) appendices, as presented, provide
    sufficient information? Is there additional information that you
    would require to submit an accurate bid?
    Appendix 12 - Receiver General Buy Button
    
    3.2.1 Contractor-Supplied Resources
    Will the resources specified allow all RGBB requirements to be
    fulfilled? If not, please specify any additional resource
    categories and why.
    For each of the resource specified, please provide the minimum
    experience (type and number of years), education or other
    qualifications / certifications required to do the work.
    
    Draft Annex B - Basis of Payment
    
    Is online transaction reporting part of your standard offering
    for merchants, or is it made available at an additional cost? If
    at an additional cost, what are the applicable cost elements
    (e.g. per merchant, per user, one-time, monthly, etc.)?
    1.0 Contractor Markup
    Does your current system support interchange pass-through
    pricing?
    1.1 Credit Card Markup
    Will the same contractor markup rate be charged for Visa,
    MasterCard, and Amex transactions?
    Are your markup rates dependent on transaction volumes? If so,
    will the volume ranges included in the markup rate charts enable
    you to accurately price your services?
    Are you able to price your markup as a per transaction fee as
    stipulated? Or are you required to price based on a percentage
    of sales?
    
    Draft Annex C - Security Requirements Check List
    
    Information Technology Security Requirements
    
    With respect to the IT Security Requirements included at Annex
    C, indicate if your organization'simplementation of the
    capability is the same as described for that specific
    requirement. If it is not, provide a description of how your
    organization addresses the specific requirement.
    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

    • No trade agreements are applicable to this solicitation process
    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
    Loignon, Brigitte
    Phone
    (819) 956-1651 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    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.

    Summary information