Notice of Proposed Procurement constituting (i) a Notice of Intended Procurement and Summary Notice under CETA/Canada-UK TCA, and (ii) a Tender Notice under the CFTA)
1. Introduction
The Canadian Air Transport Security Authority (“CATSA”) is a Crown corporation with headquarters at 99 Bank Street, Ottawa, Ontario, Canada, K1P 6B9. CATSA is responsible for the delivery of consistent, effective and efficient screening of passengers and non-passengers in designated airports. Further information about CATSA can be obtained at www.catsa.gc.ca.
1.1 Estimated Contract Value
$2,128,780, excluding applicable taxes
2. Description
The Canadian Air Transport Security Authority (“CATSA”) has a requirement to procure handheld terminal devices (“HHT”), on an ongoing basis, for its Boarding Pass Security System (“BPSS”), including related accessories, licenses, support, and maintenance as further described in Schedule “A” (Statement of Work).
The top ranked bidder will be invited to enter into negotiations with CATSA to finalize an agreement for the provision of the Goods and Services in accordance with the process set out in this RFP, and any document referenced by CATSA in this RFP.
For details see the RFP.
3. Procurement Method
This RFP establishes an Open Tendering process to enter into direct negotiations for a non-exclusive Contract.
4. Estimated Quantity of Goods
During the term of the Contract, CATSA may, subject to the availability of funding, purchase up to an estimated five hundred (500) Handheld Terminal devices, as well as associated accessories, on an as and when required basis, via purchase orders issued under the Contract.
By responding to the RFP, bidders acknowledge that: (i) the foregoing are estimates only and are subject to change, in CATSA’s sole and absolute discretion, at any time, up to and including any time after any resulting Contract is entered into; and (ii) CATSA cannot commit to purchase any quantity of goods/services until a purchase order is issued in accordance with any resulting Contract.
These estimated requirements are for informational purposes only and do not represent a commitment by CATSA to buy all or any quantities.
5. Term of Resulting Contract
It is anticipated that the term of any resulting Contract will be for an initial term of five (5) years, renewable for two (2) additional periods of one (1) year each at CATSA’s sole option.
6. Address for Submission of Questions and Proposals/Responses; Question Acceptance Deadline and Closing Date
The question acceptance deadline and the closing date are set out in the “Dates” section above. CATSA may extend either or both of such dates.
Questions and proposals/responses must be submitted through the MERX Electronic Bid Submission system at www.MERX.com.
7. Mandatory Requirements
M1. Must be cordless.
M2. Must be designed to be operated with one hand, including both holding it and using the touchscreen with the same hand, either left or right based on the user’s preference.
M3. Must be Commercial-off-the-Shelf.
M4. Must have (i) 4GB or more of RAM and (ii) 64GB or more of Flash storage.
M5. Must have a minimum drop rating of 1.5 m to concrete at room temperature with protective casing.
M6. Must have an Ingress Protection (“IP”) rating of IP6X (Dust-tight).
M7. Must have a touchscreen with high definition (720 x 1280 pixels or higher) portrait display.
M8. Touchscreen must work with bare fingers and with gloves.
M9. Must include a built-in barcode scanner/scan engine.
M10. Must as a minimum read 1D and 2D barcodes, as required by IATA Resolution 792 – Bar Coded Boarding Passes, including PDF417, Aztec, QR, and Data Matrix on the following:
- barcodes printed on paper, including paper with matte and glossy finishes, with ink types that include laser, inkjet, and thermal transfer; and
- electronic barcodes on consumer devices, including smartphones, smart watches, and tablets with low brightness settings.
M11. Must provide audible and vibration feedback.
M12. Must be powered by a lithium-ion rechargeable battery that provides at least ten (10) hours of continuous use (with display on) without requiring recharging or swapping the battery, and without impact to the performance of the HHT. If this requires an extended life battery, it must be included.
M13. Must have Wireless local area network (“WLAN”) radio that supports and is certified for Wi-Fi 802.11 a/b/g/n/ac and 802.11ax (2.4/5GHz/6GHz, Wi-Fi 6 and Wi-Fi 6E).
M14. Must have WLAN security and encryption that supports and is certified for WPA/WPA2 Personal (AES); WPA3 Personal (SAE); WPA/WPA2 Enterprise (AES); WPA3 Enterprise (AES) - EAP-TTLS (PAP, MSCHAP, MSCHAPv2); EAP-TLS, PEAPv0-MSCHAPv2).
M15. Must have WLAN roaming support for PMKID caching; 802.11r (Fast Transition).
M16. Must include separately, as mandatory accessory options, multi-slot (minimum four (4) slot) and single slot HHT chargers, with Ethernet connection required for both, and a secure hand strap.
M17. Must have an embedded GPS sensor for tracking the HHT location.
M18. Must support Android version 12 or more recent Android mobile operating system(s).
M19. Must include an API that will allow the following functionalities to be directly accessed and controlled by custom applications (i.e., BPSS):
i) activate/deactivate scan engine;
ii) enable/disable scan engine and triggers;
iii) read barcode data;
iv) read GPS coordinates; and
v) read battery status.
M20. The included API must be compatible with Java or Xamarin.
M21. Must have a means to be remotely updated and provide CATSA with the functionality to validate System Software through CATSA’s intranet network.
M22. Must be capable of being managed by CATSA’s Mobile Device Management (“MDM”) solution, SOTI MobiControl, for installing major and minor OS Software Updates, as well as security patches over CATSA’s intranet.
M23. Capable of allowing CATSA to push device advanced configuration settings (hardware or OS), that SOTI MobiControl may not have a control over natively. This can be achieved using Contractor’s provided MobiControl plugins, push of configuration files to HHTs through MobiControl or OEM configuration software pushed through MobiControl application policies or scripting.
M24. Capable of being managed by SOTI MobiControl utilizing and supporting MobiControl’s Android+ advanced set of features and controls.
M25. Fully compatible with Google’s Android Enterprise enrollment.
M26. Product line or product family must be available for sale for a minimum of five (5) years from the Effective Date of the Contract.
See RFP for details of conditions for participation.
8. Rated Requirements
The RFP contains details of the rated requirements.
9. Contractor Selection
Step 1: Technical Offers will be reviewed for compliance with the Mandatory Requirements on a pass or fail basis. Only Technical Offers that comply with all the Mandatory Requirements will proceed to Step 2.
Step 2: Technical Offers will be evaluated against the Rated Requirements and up to the top three Technical Scores that achieve the minimum Technical Score of sixty percent (60%) and are within a twenty percent (20%) range of the top Technical Score from this step will be shortlisted to proceed to the next step of the evaluation.
Step 3: Bidders shortlisted at the end of Step 2 will be invited to a presentation stage, which will include both a virtual presentation and a firsthand demonstration of the proposal HHT and accessories. The presentations will not be evaluated but will be used to validate certain Mandatory Requirements and also may result in retroactively increasing or decreasing the bidders’ Technical Scores. Following the presentation, if the proposed HHT is found to not comply with one of the tested Mandatory Requirements and/or if a bidder’s Technical Score is adjusted with the result that they no longer meet the minimum Technical Score and/or are no longer within a twenty percent (20%) range of the highest Technical Score, they will be removed from the shortlist and will not continue to Step 4.
Step 4: The Financial Offers of bidders shortlisted after Step 3 will be evaluated and assigned Evaluated Prices in accordance with Schedule “D” (Financial Offer Requirements and Evaluation).
Step 5: Bidders will be ranked. The Weighted Technical Score is determined by dividing each bidder’s total Technical Score by the highest Technical Score and then multiplied by seventy (70). The Financial Score is determined by dividing the lowest ‘Evaluated Price’ against each bidder’s Evaluated Price, then multiplying them by thirty (30). The two resulting scores are then added together and the total is the highest Weighted Score.
Step 6: The bidder with the highest Weighted Score will be assessed to validate its compliance with the pre-conditions for award. If the pre-conditions are met, the bidder will proceed to Step 7.
Step 7: The bidder with the highest Weighted Score will be invited into direct contract negotiations.
10. Trade Agreement
This procurement is subject to:
- Chapter Nineteen (Government Procurement) of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA);
- The Canada-United Kingdom Trade Continuity Agreement; and
- Chapter Five (Government Procurement) of the Canadian Free Trade Agreement (CFTA).
11. Use of MERX
CATSA will only use MERX as its web-based forum to post solicitations. As such, the attached procurement document has only been posted on MERX, and all related documents, notices, addendums, and questions and responses thereto will only be posted on MERX.
See MERX at http://www.merx.com for details respecting how to access the solicitation documents and any costs related thereto.
CATSA does not authorize, or make any representations or warranties in respect of, any postings relating to its procurements found on any other web-based forum
12. Language
A French language version of the RFP will be made available upon request. Proposals may be submitted in either the English or French language.