Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

ADVANCE CONTRACT AWARD NOTICE - Provision of MTU engine series 4000-03 training

Solicitation number FP802-170261

Publication date

Closing date and time 2017/12/27 12:00 EST


    Description

    ADVANCE CONTRACT AWARD NOTICE

    The Department of Fisheries and Oceans has a requirement for the provision of MTU engine series 4000-03 training which will include preventative and corrective maintenance level 2 modules and the level 1 electronics module that is customized for the blue vision system installed on the Hero Class vessels. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract for these services to MTU America Inc., 39525 MacKenzie Drive, Novi, Michigan 48377 USA. 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 Department of Fisheries and Oceans has a requirement for a customized training course for marine engineers, vessel maintenance managers, life cycle managers and college instructors that work with MTU 4000-03 series engines.

    Canadian Coast Guard (CCG) took acceptance of nine new Hero Class vessels built by Irving Shipyards between 2012 and 2014. The vessels operate across the country in salt, brackish and fresh waters.

    The Hero Class vessels use two MTU 12V4000M93L diesel engines for propulsion and bluevision as the propulsion drive system.

    The maintenance of these engines and the propulsion drive system is critical to maintaining the vessels’ operational requirements.

    CCG Personnel onboard the vessels must be able to troubleshoot and perform MTU engine QL1 and QL2 maintenance.

    A two week hands on and classroom training course at the Contractors’ facility is required to train CCG trainees.

    The proposed contract is for the period from date of contract award to March 02, 2018 inclusive.

    1.0 Definition of Requirements

    Objectives of the Requirement

    The objective of this contract is to deliver a customized training course for CCG marine engineers, vessel maintenance managers, life cycle managers and college instructors that work with MTU 4000-03 series engines.

    The course is to teach the trainees the design and function of the MTU 4000-03 diesel engine and specific blue vision propulsion drive system installed on the Hero Class vessels.

    The course will teach trainees how to identify and rectify minor faults, and how to preform QL1 and QL2 maintenance tasks.

    Tasks, Activities, Deliverables and Milestones

    1. The training curriculum must be divided into mechanical (engine) and electrical (bluevision).
    2. A minimum of 40% of the course must be hands on training.
    3. A maximum of 8 CCG personnel must be trained. The training facility must be able to accommodate all 8 personnel.
    4. The course must be taught over 10 consecutive business days. Business days are Monday to Friday. The course must be taught between the hours of 0800 and 1700 with a minimum of one half hour lunch break and two fifteen minute breaks.
    5. The trainees must learn;
    1. how to operate the engine and related systems
    2. how to identify and rectify minor faults
    3. how to perform preventive maintenance tasks as per MTU Instructions
    4. how to perform corrective maintenance tasks as per MTU Instructions
    5. how to exchange engine subassemblies
    6. design and function of electronics systems
    7. how to operate the bluevision engine system
    8. how to identify and rectify minor faults with the bluevision engine system

    Specifications and Standards

    At the end of the training course, the Contractor must distribute CCG supplied course evaluation forms for the students to fill out and filled out copies sent to the Project Authority within 14 calendar days following completion of the course.

    Upon completion of the course, trainees must be given a certificate of completion.

    Technical, Operational and Organizational Environment

    The training course will be held at the Contractors’ facility.

    An MTU 4000 series training engine must be available for hands on training and a classroom for the theory section of the course. The Contractor must provide the training engine, all test equipment and tools required for the training.

    Bluevision electronics training equipment and tools must be available for the hands on portion of the electronics training.

    Method and Source of Acceptance

    A course training proposal will be supplied to the Project Authority for review and approval.

    Copies of the instructor training qualifications shall be supplied to the Project Authority for approval.

    Reporting Requirements

    At the beginning of each day the Contractor must distribute an attendance sign in sheet. Copies of sign in sheets must be delivered to the CCG Project Authority at the end of the course.

    At the end of the training course, the Contractor must distribute CCG supplied course evaluation forms for the students to fill out and filled out copies sent to the Project Authority within 14 calendar days after the course was delivered.

    Project Management Control Procedures

    The individual identified in the proposal as the Contractor’s Representative will be the point of contact for CCG.

    The Project Authority will supply the names of the participants and will work with the Contractor Representative to ensure trainees arrive at the training facility.

    The Project Authority will ensure that trainees have the prerequisites for the training course.

    Change Management Procedures

    Any changes of scope to the contract shall be approved by the CCG Project Authority and the Contractors’ Representative.

    Other Terms and Conditions of the SOW

    DFO Obligations

    All trainee travel expenses will be the responsibility of the CCG

    Trainees will bring their own vessel laptop for any diasys requirements.

    Trainees will bring their own personal protective equipment.

    Contractor’s Obligations

    An electronic copy in PDF format of course material shall be delivered to the Project Authority.

    Trainees must receive a hardcopy binder with course curriculum and notes must be provided to each student.

    A media stick with all relevant documents and wiring diagrams must be provided to each trainee.

    Any diasys software updates must be transferred to the student’s laptop for the course.

    Location of Work, Work site and Delivery Point

    The location of the training must be at the Contractors’ training facility.

    Language of Work

    The course will be taught in English.

    Travel and Living

    CCG will bear all travel expenses for CCG trainees.

    Required Resources or Types of Roles to be Performed

    The mechanical training must be taught by a certified MTU mechanic trainer for MTU products.

    The electrical training must be taught by a certified MTU mechatronic trainer for MTU products.

    Relevant Terms, Acronyms and Glossaries

    CCG – Canadian Coast Guard

    Diasys – MTU software to read engine codes and enter values into the MTU engine computer.

    QL1 and QL2 – maintenance terms for MTU engines

    2.0 Minimum Essential Requirements

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    The training curriculum must be divided into mechanical (engine) and electrical (bluevision).

    The mechanical training must be taught by a certified MTU mechanic trainer for 4000-3 engine series MTU products.

    The electrical training must be taught by a certified MTU mechatronic trainer for the bluevision ECS-5 MTU product.

    An MTU 4000 series training engine must be available for hands on instruction. The contractor must provide the training engine, all test equipment and tools required for the training. 

    Bluevision ECS-5 electronics training equipment and tools must be available for the hands on portion of the electronics training.

    3.0 Estimated Value of Proposed Contract

    A maximum of $53,100 USD over the term of the contract

    4.0 Proposed Contractor

    MTU America Inc.

    39525 MacKenzie Drive

    Novi, Michigan 48377

    USA

    5.0 Justification for the Pre-Selected Supplier

    MTU is the original equipment manufacturer of the Hero Class 12V4000M93L engines. MTU trainers are the only certified MTU trainers to train students on Engine 4000-3 series engines. MTU trainers are the only certified MTU mechatronic trainers to train students on the ECS-5 bluevision system.

    6.0 Government Contract Regulations Exception(s)

    The following exception to Section 6 Government Contracts Regulations is invoked for this procurement under subsection:
    (d) only one person is capable of performing the contract

    7.0 Ownership of Intellectual Property

    The Contractor owns all intellectual property for the purpose of the training specified.

    8.0 Contract Period

    The contract will begin on award of contract to March 02, 2018 inclusive.

    9.0 Submission of Statement of Capabilities by Suppliers

    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.

    10.0 Closing Date

    The closing date and time for accepting statements of capabilities is December 22, 2017 12:00PM EST.

    Inquiries and statements of capabilities are to be made in writing and directed to:

    Larry Hotte

    Contracting Specialist, Procurement Hub Ottawa Office

    Fisheries and Oceans Canada

    200 Kent Street, 9th Floor

    Ottawa, ON K1A 0E6

    Tel: 613 993-2807

    Fax: 613-991-1297

    E-Mail : Laurent.Hotte@dfo-mpo.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Hotte, Larry
    Phone
    613-993-2807
    Email
    Laurent.Hotte@dfo-mpo.gc.ca
    Address
    200 Kent Street
    Ottawa, ON, K1A 0E6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Canada
    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: