Canada - Security Printing (A0334-174620/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
16 May 2019
Opportunity publication date
02 May 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / CFTA
Tendering Procedures: The bidder must supply Canadian goods and/or services
Competitive Procurement Strategy: N/A - P&A/LOI Only
Comprehensive Land Claim Agreement: No
Nature of Requirements:

Security Printing

A0334-174620/A
Gagné, Kathleen
Telephone No. 613-990-9189

REQUEST FOR INFORMATION (RFI)

Responses must be submitted by 2:00pm Eastern Standard Time on
May 16, 2019

TITLE: SECURITY ID PRINTING - PASSES/CARDS

1. PURPOSE AND NATURE OF THE REQUEST FOR INFORMATION (RFI)

The Communications Procurement Directorate (CPD), part of the Commercial and Alternative Acquisitions Management Sector (CAAMS) of Acquisition Branch at Public Services and Procurement Canada (PSPC) is requesting Industry feedback regarding the Statement of Work, environmental criteria, evaluation criteria, and pricing grid being proposed to assess bids in any possible upcoming Request for Proposal (RFP).

Responses from potential suppliers to this RFI will assist Canada in formulating a procurement strategy that meets Canada's business and operational requirements. Respondents are requested to review the draft RFP particularly the Annex "A" Statement of Work, the evaluation criteria, the Annex "B" Basis of payment and provide feedback as to whether the criteria are too restrictive and if the pricing breakdown is fair and reasonable. Only written responses will be accepted.

Respondents may submit comments, concerns, suggestions and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied or improved upon. Respondents may also submit comments regarding the content, format and/or organization of Annex "A".

Respondents should note that Annex "A" is a draft document and remains a work in progress. Respondents should not assume that components or requirements could not be added to, deleted or revised in any bid solicitation that could ultimately be issued by Canada. Comments regarding any aspect of the draft document are welcome.

2. NATURE OF REQUEST FOR INDUSTRY COMMENTS

This RFI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.

3. NATURE AND FORMAT OF RESPONSES REQUESTED

Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary, third party or personal information. Please note that Canada may be obligated by law (e.g. in response to a request under the Access of Information and Privacy Act) to consider disclosing proprietary or commercially-sensitive information provided by respondent (for more information: http://laws-lois.justice.gc.ca/eng/acts/a-1/).

Participation in this RFI is encouraged, but is not mandatory. There will be no supplier list created as a result of this RFI. Similarly, participation in this RFI is not required for the participation in any potential subsequent solicitation.

4. RESPONSE COSTS

Respondents will not be reimbursed for any cost incurred by participating in this RFI.

5. BACKGROUND INFORMATION

First issued in 1956, the Certificate of Indian Status (CIS) is a paper laminated identity document issued for administrative reasons by the Canada to confirm that the cardholder is registered as a Status Indian under the Indian Act. The Status card is documentary evidence to facilitate access to wide range of services and benefits administered by federal and provincial governments and other private sector program and service providers.

In 2006, it was determined that the CIS lacked reliability and was increasingly vulnerable to fraud. Work was initiated to address the need for increased security features on the Status cards to reduce the risks of identity theft and forgery. As a result, the Secure Certificate of Indian Status (SCIS) was developed.

The SCIS card was nationally implemented by Canada in 2009 meeting many federal and international standards for personal identification documents.

Over 240,000 SCIS cards have been produced since 2009, representing an average of 40,000 per year. Based on previous volumes and the current number of registered individuals, the anticipated demand for the next 5 years is expected to be approximately 200,000. This estimate could grow to 700,000 should Canada decide to make changes to the production and distribution of the SCIS cards.

The SCIS must be produced in a highly secure production site. The Contractor’s facility and all SCIS cards, as well as any associated information must be located, stored and maintained, in Canada.

There are security requirements associated with this requirement.

With the implementation of the SCIS cards, Canada has made better use of technology to detect and deter attempts at identity theft while ensuring the integrity of the SCIS.

6. POTENTIAL WORK SCOPE AND CONSTRAINTS

If a follow-on solicitation occurs, it would be posted on BuyandSell.gc.ca in the form of a Request for Proposal (RFP).

As the procurement of the required services (GSIN T014D10) by governments is exempted under international trade agreements, the Policy on Canadian Content applies and therefore any resulting procurement activity would be solely limited to suppliers who could offer Canadian services.

7. LEGISLATION, TRADE AGREEMENTS AND GOVERNMENT POLICIES

The following are some of the legislation, trade agreements and government policies that could impact any follow-on solicitation(s):

a) Comprehensive Land Claim Agreements (CLCAs)
https://buyandsell.gc.ca/policy-and-guidelines/supply-manual/section/9/35

b) Canadian Content Policy
https://buyandsell.gc.ca/policy-and-guidelines/supply-manual/annex/3/6

c) Policy on Government Security
https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=16578

d) The Privacy Act
https://laws-lois.justice.gc.ca/eng/acts/P-21/page-1.html

e) Directive on Official Languages for Communications and Services
https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=26164

f) Policy on the Management of Information Technology
http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=12755

g) Official Languages Act
https://laws-lois.justice.gc.ca/eng/acts/o-3.01/

h) Policy on Green Procurement
https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573

i) Code of Conduct for Procurement
https://www.tpsgc-pwgsc.gc.ca/app-acq/cndt-cndct/index-eng.html

j) Contract Security Program
https://www.tpsgc-pwgsc.gc.ca/esc-src/index-eng.html

k) Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts http://www.ic.gc.ca/eic/site/068.nsf/eng/00005.html

8. ENQUIRIES

Respondents with questions regarding this RFI may direct their enquiries to:

Name: Kathleen Gagné
Communication Procurement Directorate
Acquisitions Branch
Public Services and Procurement Canada
Address: 360 Albert Street, 12th Floor
Ottawa, Ontario K1A 0S5
Telephone: 613-990-9189
E-mail: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca

Because this is not a bid solicitation, Canada may publish additional questions for the purposes of gaining additional information. Canada asks Respondents to visit Buyandsell.gc.ca regularly to check for changes, if any.

9. NATURE OF RESPONSES

Respondents are at their own discretion in this regard, but Canada is seeking relevant information, simply and directly stated, in order to avoid undue work by respondents and undue effort by Canada to analyze the results.

Responses from potential suppliers to this RFI will assist Canada in formulating any possible procurement strategy to meet Canadas business and operational requirements.

Respondents are requested to provide comments, concerns, and suggestions.

Only written responses, submitted by either mail or e-mail will be accepted.

Respondents should explain any assumptions they make in their responses.

Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response. Canada reserves the right to invite any or all respondents to present their submissions to this RFI.

10. SUBMISSION OF RESPONSES:

Time and Place for Submission of Responses: Respondents should send responses herein by the date specified on the front page of this RFI to:

Name: Kathleen Gagné
Communication Procurement Directorate
Acquisitions Branch
Public Services and Procurement Canada

Address: 360 Albert Street, 12th Floor, suite 1230
Ottawa, Ontario K1R 7X7

E-mail: TPSGC.padgamiace-appbmpace.PWGSC@tpsgc-pwgsc.gc.ca

This Request for Information allows bidders to transmit their submission electronically.

Responsibility for Timely Delivery: Each respondent is solely responsible for ensuring its response is delivered on time to the correct location.

Identification of Response: Each respondent should ensure that its name and return address, the RFI number and the closing date appear legibly on the outside of the response.

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.

Opportunity closing date
16 May 2019
Value of contract
to be confirmed

About the buyer

Address
Aboriginal Affairs & Northern Development Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?