Annual Helicopter Pilot Training

Status Awarded

Contract number 7217229

Solicitation number 201700858

Publication date

Contract award date

Contract value

CAD 201,495.00

    Description

    This contract was awarded to:

    Canadian Helicopters Ltd. Operating as HNZ Topflight

     The purpose of this Request for Proposal is to obtain day/night flight training and mountain training for Royal Canadian Mounted Police (RCMP) helicopter pilots on the following aircrafts: Airbus H125 (AS350B3) and Airbus H120 (EC120B) for the Air Service Branch of the RCMP.

    Multiple contracts (up to 2, one per stream) may be awarded. Bidders may bid for Stream I and/or Stream II as outlined in Annex “A” Statement of Work.

    1. STREAM I – ANNUAL DAY/NIGHT FLIGHT TRAINING AND MOUNTAIN TRAINING FOR RCMP EUROCOPTER AS350B3 HELICOPTER PILOTS
    1. STREAM II – ANNUAL DAY/NIGHT FLIGHT TRAINING FOR RCMP EUROCOPTER EC120B HELICOPTER PILOTS

    The resulting Contract shall be one year from the date of Contract Award with irrevocable options to extend by up to four (4) additional periods of one (1) year each under the same terms and conditions.

    The mandatory criteria for Stream I are as follows:

    Instructors

    • Each proposed Instructor must have a minimum of three (3) years demonstrated experience in providing flight training for a model Airbus H125 (AS350B3) helicopter.
    • Each proposed Instructor must have a minimum of three (3) years demonstrated experience in providing mountain training for a model Airbus H125 (AS350B3) helicopter.
    • Each proposed Instructor must hold a valid Commercial Pilot License (or higher), a valid Instructor rating and a Type Rating (if required) for the helicopter on which the training will be given.
    • Each proposed Instructor must have a minimum of 3000 hours of pilot in command (PIC).
    • Each proposed Instructor must have a minimum of 1000 hours instructional pilot time.

    Note: of which 300 hours are in mountain flying instruction for Mountain Training.

    • If conducting helicopter type training, the Instructor MUST demonstrate experience of successful completion of the ground school for the type of helicopter or operation.

    Bidder

    • The bidder must have a minimum of three (3) years demonstrated experience as an established Flight Training Organization.
    • The bidder must provide a training syllabus/outline covering all flight training requirements listed at Part B and Part C in Statement of Work - Annex “A” with their bid submission.

    The mandatory criteria for Stream II are as follows:

    Instructors

    • Each proposed Instructor must have a minimum of three (3) years demonstrated experience in providing flight training for a model Airbus H120 (EC120B) helicopter.
    • Each proposed Instructor must have a minimum of three (3) years demonstrated experience in providing mountain training for a model Airbus H120 (EC120B) helicopter.
    • Each proposed Instructor must hold a valid Commercial Pilot License (or higher), a valid Instructor Rating and a Type Rating (if required) for the helicopter on which the training will be given.
    • Each proposed Instructor must have a minimum of 3000 hours of pilot in command (PIC).
    • Each proposed Instructor must have a minimum of 1000 hours instructional pilot time.

    Note: of which 300 hours are in mountain flying instruction for Mountain Training.

    • If conducting helicopter type training, the Instructor MUST demonstrate experience of successful completion of the ground school for the type of helicopter or operation.

    Bidder

    • The bidder must provide a training syllabus/outline covering all flight training requirements listed at Part B and Part C in Statement of Work - Annex “A” with their bid submission.
    • The bidder must have a minimum of three (3) years demonstrated experience as an established Flight Training Organization.

    For Stream I and/or Stream II the bid solicitation that meets all the mandatory technical evaluation criteria per stream with the lowest evaluated price per stream will be recommended for award of contract.

    This requirement is subject to the following Trade Agreements:

    • North American Free Trade Agreement – NAFTA
    • Agreement on Internal Trade – AIT
    • World Trade Organization Agreement on Government Procurement – WTO-AGP
    • Korea, Peru, Chile, Colombia, Honduras and Panama Trade Agreements.

    Documents may be submitted in either official language of Canada.

    The Crown retains the right to negotiate with suppliers on any procurement.

    RCMP has adopted the Integrity Regime administered by PWGSC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

    The RCMP has published it National Procurement Plan for 2016/17. For further information please see link:

    http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan

    http://www.rcmp-grc.gc.ca/fr/plan-national-dapprovisionnement-grc

    Business address
    3130 Airport Road
    Penticton, BC, V2A 8X1
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • U099BA - Pilot Training Services, Aircraft
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Perkins, Diane
    Phone
    613-843-5904
    Address
    73 Leikin Drive, M1, 4th Floor, Mailstop #15
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: