Optical Scanning RMSO

Solicitation number E60ZM-150001/A

Publication date

Closing date and time 2016/05/30 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/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: 
    
    Optical Scanning RMSO
    
    E60ZM-150001/A
    Croucher, Dennis
    Telephone No. - (873) 469-4972
    Fax No. - (819) 956-1207 
    
    PWGSC intends to promulgate four Regional Master Standing Offers (RSMO) for optical scanning and data conversion services with a total dollar value of $2,500,000 (including GST/HST).  The highest responsive lowest price per point offering to the Crown will be issued the first RMSO. The second highest responsive lowest price per point offering to the Crown will be issued the second RMSO. The third highest responsive lowest price per point offering to the Crown will be issued the third RMSO. The fourth highest responsive lowest price per point offering to the Crown will be issued the fourth RMSO. These services may be requested by Canadian government departments, corporations and agencies located in the National Capital Region, on an as-and-when requested basis, for a three year period from date of promulgation. Anticipated to be July 1, 2016 to June 30, 2019.  
    
    The call-up limitation is $100,000 (including GST/HST).  Users are to place call-ups against the four Standing Offers on a right of first refusal basis. Users will be required to issue call-ups to the Offeror based on best value ranking for services including mandatory items and applicable list of optional items. In the event that one or more optional items is required by the call-up authority is not listed by the Offeror based on best value ranking,  the call-up authority may issue its call-up for all required items fromthe next highest rated Offeror that is able to meet the requirement.
    
    The evaluation criteria are made of both mandatory and point rated requirements.  The selection of the Offerors will be made on the basis of best overall value based on technical merit and cost that is the total estimated cost divided by the total number of points (lowest cost per point ratio).  Multiple Standing Offers will be established. 
    
    The following are the applicable mandatory requirements:
    
    1. The Offeror’s project manager must have a minimum of one full year of experience in optical scanning policies and techniques associated with set-up, preparation of documents, record conversion, quality control and the technical support of document imaging projects for all mandatory items and each optional item quoted in Annex B. Offeror must provide a resume and dates to indicate the one full year of experience.
    The candidate must be able to read, write and speak fluently in either one of Canada’s official languages.
    
    
    2. The Offeror’s designated person responsible for quality control and quality assurance must have a minimum of one full year of experience in quality control and quality assurance procedures for all mandatory items and each optional item quoted in Annex B. Bidder must provide a resume and dates to indicate the one full year of experience.
    
    
    3. The Offeror must provide a list of equipment on site to perform all mandatory items and each optional item quoted in Annex B.  Equipment list must be cross referenced with corresponding service offerings from Annex B. 
    No subcontracting is allowed except for shipping purposes.
    Offerors must complete the Equipment / Operators form at Attachment 1 to Part 4.
    
    
    4. The Offeror must have a minimum of two trained operators for the equipment listed.  The names and experience of trained operators must be provided and cross referenced to the equipment for which they are qualified to operate. The trained operators must be able to perform all mandatory items and each optional item quoted in Annex B.
    Offerors must complete the Equipment / Operators form at Attachment 1 to Part 4.
    
    
    5. The Offeror must demonstrate that the Offeror’s company have satisfactorily completed one optical scanning project in TIFF CCITT G4format and one optical scanning project in PDF normal format. For each project described, provide the project name, client organization, contact (with phone number), the dates of each project (month-year to month-year), a description of the work performed for the client and the responsibilities of the Offeror during the project.
    
    
    6. The Offeror must maintain a location in the National Capital Region (NCR) open during normal business hours where any Canadian Government user may choose to deliver or pick up boxes of documents. This location must clearly be identified with the Offeror’s company signage.
    
    
    Delivery Date: 15/04/2016
    
    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)

    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
    Croucher, Dennis
    Phone
    (873) 469-4972 ( )
    Fax
    (819) 956-1207
    Address
    11 Laurier St., / 11, rue Laurier
    3C2, 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    003
    English
    27
    003
    French
    8
    002
    English
    20
    002
    French
    2
    001
    English
    23
    001
    French
    3
    000
    English
    107
    000
    French
    11

    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)
    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: