SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

AUTO FINGERPRINT ID SYSTEM SOLUTION

Solicitation number M7594-153234/C

Publication date

Closing date and time 2016/03/31 14:00 EDT


    Description
    Trade Agreement: NAFTA/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    AUTO FINGERPRINT ID SYSTEM SOLUTION
    
    M7594-153234/C
    The purpose of the re-issue of this Letter of Interest (RFI) is to provide the questions along with the responses received pursuant to the recent Industry Day. Information on the previously posted RFI can be found at the following website: https://buyandsell.gc.ca/procurement-data/tender-notice/PW-ZL-107-29586
    1.0 GENERAL
    The purpose of this Letter of Interest (LOI) is to solicit comments and suggestions from the biometrics industry and potentialbidders concerning the attached draft Request for Proposal (RFP). This requirement includes the renewal of AFIS and its related subsystems with a Commercial Off-The-Shelf (COTS) based solution. This COTS based solution must be configurable to support the AFIS and its related subsystem requirements. The RTID AFIS solution includes all AFIS and Verification Sub-system (VSS) capabilities; as well as AFIS workstations, printers, cameras and scanners used by RCMP staff for all types of fingerprint analysis;and remote Transcoders which are used by Canadian Police agencies to complete crime scene fingerprint investigations and other fingerprint related activities. In addition to renewing all the existing RTID AFIS related capabilities, the Contractor must provide a Latent Case Management Capability (LCMC) and must be able to provide facial recognition capabilities. The proposed contract period is from 29 June 2016 to 31 May 2021 inclusive, with an irrevocable option to extend the period by up to five additional one year periods under the same terms and conditions.
    2.0 RESPONSES TO THE REQUEST FOR LOI
    Comments and suggestions were requested from Industry pertaining to the following:
    A) Statements of Work;
    B) Evaluation Criteria
    C) Method of Selection
    D) The Basis of Payment.
    3.0 NOTE TO INTERESTED SUPPLIERS
    This is not a bid solicitation and a contract will not result. The draft RFP may potentially be modified as a result of this LOI process, and a finalized RFP will be posted on the Government Electronic Tendering System (GETS) at a future date.
    Potential respondents are advised that any information submitted to Canada in response to this Request for LOI may be used by Canada in the development of a subsequent competitive Request for Proposal (RFP). Canada reserves the right to accept or not accept the input from industry, as well as alter, amend, delete or add, in whole or in part, any terms or provisions to or from this Draft RFP.
    The issuance of this Request for LOI does not create an obligation for Canada to issue a subsequent RFP, and does not bind Canada legally or otherwise, to enter into any agreement or to accept any suggestions from respondents. Participation in this Request for LOI is not a condition or prerequisite for participation in any future RFP. The award of any contract resulting from any future RFP will be consistent with contracting policies, laws and regulations applicable to government contracting, and applicable national and international trade agreements.
    All enquiries and other communications related to this Request for LOI shall be directed exclusively to the PWGSC Contracting Authority.
    4.0 CONTRACTING AUTHORITY
    Public Works and Government Services Canada
    Acquisitions Branch
    Special Procurement Initiatives Directorate
    Place du Portage, Phase III, 10C1
    11 Laurier Street
    Gatineau, Québec K1A 0S5
    Attention: Jeff Campbell
    Telephone: (873) 469-3956 Fax: (819) 956-2675
    E-mail address: Jeff.Campbell@tpsgc-pwgsc.gc.ca
    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

    • Canada-Panama Free Trade Agreement
    • 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
    Campbell, Jeff
    Phone
    (873) 469-3956 ( )
    Fax
    (819) 956-9235
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    English
    76
    000
    French
    15

    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
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: