PILATUS PC-12/45 or 47 – AVIONICS UPGRADE
Solicitation number 201606619
Publication date
Closing date and time 2016/11/17 14:00 EST
Last amendment date
Description
The Royal Canadian Mounted Police (RCMP) Air Services Branch has a requirement for an upgrade to the outdated Avionics system in its legacy Pilatus PC-12/45 aircraft registration C-FMPB. The aircraft operates in very remote regions of the Yukon, where navigation and communication systems installed onboard the aircraft are crucial for the safety of flight. The project consists mainly of upgrading the GPS / NAV / COM navigation and communication systems and also the installation of Police Communication radios and other minor improvements.
No Substitute – Agreement on Internal Trade
Article 506: Procedures for Procurement
An entity of a Party may use procurement procedures that are different from those
described in paragraphs 1 through 10 in the following circumstances, provided that it does
not do so for the purpose of avoiding competition between suppliers or in order to
discriminate against suppliers of any other Party:
-Where compliance with the open tendering provisions set out in this Chapter
would interfere with a Party's ability to maintain security or order or to protect
human, animal or plant life or health.
The period for making call-ups against the Standing Offer is from Standing Offer award for a 1 year period.
If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for 1 additional 3 year option period under the same conditions and at the rates or prices specified in the Standing Offer, or at the rates or prices calculated in accordance with the formula specified in the Standing Offer.
Offerors must meet the following Mandatory Criteria in order to be considered to be compliant:
Offeror Requirements:
M1
The offeror must be a Garmin Authorized Dealer and a Honeywell Authorized Dealer.
The offeror must provide copies of their Dealer Certificates at time of offer submission. Failure to do so will render the offerors proposal non-compliant.
M2
The offeror must be a Transport Canada Approved Maintenance Organization with rating Avionics and Structures.
The offeror must provide a copy of their AMO Certificate of Approval, issued by Transport Canada Avionics and Structures at time of offer submission.
Failure to do so will render the offerors proposal non-compliant.
M3
The offeror has a minimum of eight (8) years demonstrated experience upgrading aircraft within the last twenty (20) years.
Resource Requirements:
M4
The offeror must have a minimum of three (3) full time experienced (6 years or more demonstrated experience) Avionics Technicians available to work on this project.
M5
The proposed resource(s) performing wiring and testing services must have a valid Transport Canada issued Aircraft Maintenance Engineer License (AME-E).
The resource(s) must provide a copy of their license, if applicable at time of offer submission. Failure to do so will render the offerors proposal non-compliant.
M6
The proposed resource(s) performing Sheet metal work must have a valid Transport Canada issued Structural Aircraft Maintenance Engineer License with an ‘S’ rating.
The resource(s) must provide a copy of their license at time of offer submission.
Failure to do so will render the offerors proposal non-compliant.
An offer must comply with the requirements of the Request for Standing Offer, meet all mandatory technical evaluation criteria and obtain the required minimum of 105 points or 70% for the technical evaluation criteria which are subject to point rating to be declared responsive. Neither the responsive offer that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive offer with the lowest evaluated price per point will be recommended for issuance of a standing offer.
Offers must be submitted ONLY to the RCMP Bid Receiving Unit by the date, time and place indicated on Page 1 of the bid solicitation.
This requirement is subject to the following Trade Agreement:
• Agreement on Internal Trade – AIT
RCMP has adopted the Integrity Regime administered by PSPC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.
The RCMP has published its National Procurement Plan for 2016-2017. For further information, please see link:
http://www.rcmp-grc.gc.ca/fr/plan-national-dapprovisionnement-grc
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
- Contracting authority
- Palarchio, Diane
- Phone
- 613-843-5907
- Address
-
73 Leikin Drive, M1, 4th Floor, 901-89Ottawa, Ontario, K1A 0R2
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
201606619rfpamend3f.pdf | 003 |
French
|
1 | |
201606619rfpamend3e.pdf | 003 |
English
|
10 | |
201606619rfpamend2f.pdf | 002 |
French
|
1 | |
201606619rfpamend2e.pdf | 002 |
English
|
11 | |
201606619rfpamend1f.pdf | 001 |
French
|
1 | |
201606619rfpamend1e.pdf | 001 |
English
|
11 | |
201606619finalfr.pdf | 000 |
French
|
3 | |
201606619finaleng_.pdf | 000 |
English
|
44 |
Access the Getting started page for details on how to bid, and more.