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) 

Annual Pilot Full Motion Simulator and Ground School initial and recurrent training for the Pilatus PC 12/47 model

Solicitation number 201405306

Publication date

Closing date and time 2015/02/20 14:00 EST


    Description
    Definition of Advance Contract Award Notice
    
    The Royal Canadian Mounted Police has a requirement for the provision of a Contractor to render Annual Pilot Full Motion Simulator and Ground School initial and recurrent training for the Pilatus PC 12/47 model. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services to 
    
    Flight Safety International – Dallas ForthWorth
    3201 E.Airfield Dr
    Irving, Texas
    75261.
    
     
    Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.
    
    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.
    
    If no other supplier submits, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract will be awarded to the pre-selected supplier.
    
    Background
    
    The Royal Canadian Mounted Police has a requirement for the provision of a Contractor to render Annual Pilot Full Motion Simulator and Ground School initial and recurrent training for the Pilatus PC 12/47 model. In referencing the Air Services Fixed Wing Operations Manual, Air Services Branch must ensure that initial and recurrent training is provided to RCMP pilots. Recurrent training is to be provided annually to ensure pilots remain competent and are made aware of any changes to the regulations, standards or aircraft/ system procedures specific to aircraft owned and operated by the RCMP. Specifically, Annual Pilot Full Motion Simulator and Ground School recurrent training is required for the Pilatus PC 12/47 model.
    
    It is estimated that four (4) pilots per year will be trained.
    
    The proposed contract is for a period of one year, plus the irrevocable option to extend for up to four (4) one-year periods on an as-and-when requested basis.
    
    The estimated value of the requirement including all options is $200,000.00 including all applicable taxes. 
    
    Aircraft Technical Ground Training 
    
    Content 
    The training must ensure that each flight crew member is knowledgeable with respect to Pilatus PC12/47 aircraft systems and all normal, abnormal and emergency procedures.
    A minimum of 20 hours of ground school is required for Initial pilot training
    A minimum of 7.5 hours of ground school is required for recurrent pilot training.
    
    Aircraft Simulator Training 
    
    Content 
    
    Flight simulator programs require;
    A minimum of 6 hours as pilot flying for Initial pilot training 
    A minimum of 3 hours as pilot flying for recurrent pilot training
    
    Minimum Essential Requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: 
    
     
    1) 	Factory Authorized and Transport Canada approved pilot ground and simulator training for the Pilatus PC12/47 Aircraft. 
    2) 	Ground training to include multimedia classrooms, certified instructors and a Ground and Simulator Training Curriculum including; 
    	1)  General Operating and Aircraft Systems modules. 
    a)       Airframe, Engine, Propeller, Fuel and oil systems;
    b)       Avionic and Navigation systems;
    c)       Aircraft limitations; and
    d)       Aircraft performance calculations, including take-off and landing  speeds, weight and balance and centre of gravity.
    	2)  Aircraft Normal procedures 
    a)       Aircraft performance for climb, cruise, holding, descent, landing and diversion;
    b)	Normal, noise abatement and maximum performance take-off;
    c)	Rejected take-off procedures and rejected landings;
    d)	Passenger and crew evacuation; 
    e)	GPS, GPWS, TCAS, and other specialized aircraft equipment as applicable;
    f)	Use of aircraft checklists;
    g)	Maneuvering of the aircraft on the ground;
    h)	Crosswind take-off and landings to 100% of the certificated crosswind component; and
    i)	Contaminated runway and crosswind take-off and landings to published demonstrated crosswind component (as applicable);
    
    3)	Flight planning and instrument flight procedures.
    
    a)	Departure, en route, holding, arrival and in-flight diversion;
    b)	Precision, non-precision, and as applicable circling approaches, and missed approaches in minimum visibility conditions;
    c)	Precision, non-precision, and, as applicable, circling approaches, and missed approaches using automatic, flight director and degraded states of operation; 
    d)	A mix of no electronic aids, day, night and dusk visual circuits, approaches and landings. A visual flight training program in the flight simulator is required to ensure visual flight skills are developed in the aircraft type;
    e)	The training must cover the following using both day and night scenarios where the flight simulator capability permits;
    f)	Normal and crosswind take-offs, visual circuits and landings with variable winds, runway illusion and surface conditions;	
    g)	No electronic aids approaches and landings; and
    h)	Approach and landings with degraded flight controls (as applicable).
    
    	4)   Abnormal and Emergency Procedures 
    a)        Emergency procedures applicable to the aircraft type;  
    b)        Engine inoperative approaches and landings;
    c)	Engine failure procedures during take-off and missed approach;
    d)	Aircraft fire on the ground and while airborne;
    e)	Engine fire or failure;
     		f)        Landing and flight with engine inoperative including drift down and engine inoperative performance capabilities;
    g)	Loss of pressurization and emergency descent;
    		h)	Flight control failures and degraded states of operation;	
    i)	Hydraulic, electrical and other system failures;
    j)	Failure of navigation and communication equipment;
    k)	Pilot incapacitation during take-off, landing and in-flight;
    l)	Approach to the stall; and
    m)	Normal and abnormal flight characteristics applicable to the aircraft type. These may include such items as: Dutch roll, buffet boundary onset, usual attitudes, steep turns, etc.
    
    		5) Instructor and Pilot Briefing and Debriefings
    
    3) 	Simulator Training must be provided on a FAA and TC -approved Level D Full flight simulator with PC12/47 flight deck.
    
     
    Justification for the Pre-Selected Supplier
    
    Flight Safety International is the only known supplier that can provide the services with a full motion simulator that meets the minimum essential requirements.
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under Part 1 subsection 6(d) - "only one person is capable of performing the work".
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    The Closing Date and time for accepting a Statement of Capabilities is February 20, 2015 at 2:00pm EST
    Inquiries and statements of capabilities can be provided in either official language and are to be directed to:
    
    Steve Lafontaine
    Procurement & Contracting Branch
    Royal Canadian Mounted Police
    73 Leikin Drive, Bldg M1, Mailstop #15
    Ottawa, Ontario
    K1A 0R2
    Telephone: 613-843-3809
    Facsimile: 613-825-0082
    E-mail: steve.lafontaine@rcmp-grc.gc.ca
    
    Policy Information
    This requirement is subject to NAFTA, AIT, WTO, Canada-Chile, Canada-Colombia and Canada-Peru trade agreements and the limited tendering provisions are as follows:
    __X__ Government Contracts Regulations (GCRs)  - 6d
    __X___ Subject to WTO-AGP - Article XIII.1.b
    __X___ Subject to NAFTA - Article 1016.2.(b)
    __X__ Subject to AIT - Article 506.12.b
    __X___ Subject to Canada- Chile - Article Kbis-09.b
    __X___ Subject to Canada-Colombia - Article 1409.b.(iii)
    __X___ Subject to Canada-Peru – Article 1409.b.(iii) 
    __X___ Subject to Canada-Panama – Article 16.10, b (iii)
    
    Location of Work
    
    All training is to occur at the vendor’s location.
    
    Language
    
    All work is to be performed in the English Language

    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-Chile Free Trade Agreement (CCFTA)
    • 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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Lafontaine, Steve
    Phone
    613-843-3809
    Address
    73 Leikin Drive, Bldg 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
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    United States of America
    Region of opportunity
    World
    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: