Administration, Operation and Maintenance of Eastmain Airport in the James Bay Territory (T3033-180058)

Solicitation number T3033-180058

Publication date

Closing date and time 2019/02/27 14:00 EST


    Description

    Transport Canada intends to grant a service contract for the administration, operation and maintenance of the Eastmain Airport in the James Bay Territory. The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for these services Cree Nation of Eastmain, Eastmain, Québec J0M 1W0.

    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.

    Definition of the Requirement

    Transport Canada has a requirement for the provision of: administration, maintenance and operation of the Eastmain Airport located in the James Bay Territory. The work includes but is not limited to:

    • The maintenance and operation of all of Transport Canada’s airport premises, namely:
      • The runway, taxi, apron ;
      • The access roads and the parking area ;
      • The buildings (air terminal building, maintenance garage, sand shed) ;
      • Heavy equipment vehicles, other tools and equipment ;
      • The various mechanical (plumbing, ventilation, heating, etc.) and electrical systems.
    • Ensure compliance with aviation regulations and all other applicable regulations on the airport site.
    • Be responsible for the safety and security on the airport site.
    • Work in collaboration with Transport Canada in the application of the Safety Management System (SMS)
    • Work in collaboration with Transport Canada in order to achieve its goals (transportation system that is safe and secure, efficient and environmentally responsible)

    Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets all the Mandatory criteria below. If the bidder does not demonstrate this experience in its statement of capabilities and bids that do not meet the mandatory criteria will be deemed non-responsive and rejected at the outset.

    Company’s Experience: The tenderer must have minimum 3 consecutive years (36 months) of experience, within the last 10 years, in operating and maintaining certified airports in Canada.

    Knowledge and understanding :

    • of part III, sub-part 2 of the Canadian Aviation Regulations (CAR) on airports;
    • of TP-312 – Aerodromes Standards and Recommended Practices
    • of the Safety Management System (SMS) ;
    • of wildlife management ;
    • of Airport Emergency Response.

    Accreditation, and/or certification :

    • The Airport Manager must :
      • have knowledge equivalent to that normally attained through high school diploma or equivalence;
      • Hold a permit for a Restricted Radio Operator Certificate (with aeronautical qualifications) issued by Industry Canada;
      • Hold and maintain, for the entire contract period, a valid Class 3 driver’s license, issued by the Province of Quebec;
      • Have at least three (3) years of airport operation and maintenance experience.
    • The Groundskeeping, mobile equipment and preventive maintenance personnel must :
      • Hold a permit for a Restricted Radio Operator Certificate (with aeronautical qualifications) issued by Industry Canada;
      • Hold and maintain, for the entire contract period, a valid Class 3 driver’s license, issued by the Province of Quebec;
      • Have at least one (1) year of experience operating heavy snow-removal equipment.

    Comprehensive Land Claims Agreement(s)

    This requirement is subject to Comprehensive Land Claims Agreement(s):

    JAMES BAY AND NORTHERN QUEBEC AGREEMENT.  

    Only statements of capabilities from Aboriginal suppliers who are part of the present agreement will be considered.

    Justification for the Pre-Identified Supplier

    According to the James Bay and Northern Quebec agreement, contract awarding must be made to aboriginal organizations first (reserved market).

    Airport Operations is a specific field of expertise and the few companies that operate in that business could not compete in the context of a reserved market. The Cree Nation of Eastmain is therefore the only organization that can accomplish this project successfully.

    The service is rendered to Aboriginal people, specifically to the Nation signatory of the James Bay and Northern Quebec Agreement.

    The Cree Nation of Eastmain meets all the mandatory requirements and has the required experience for the administration, operation and maintenance of the Eastmain airport, and is therefore, the only organization that can accomplish this project successfully.

    Period of Contract

    The proposed contract is for a period of 5 years (1 year + 4 years optional), from April 1st, 2019 to March 31, 2024.

    Estimated contract value

    The estimated value of the contract, including the option period, is $ 2,738,373.00 (GST and QST extra).

    Name and address of the pre-identified supplier

    Cree Nation of Eastmain
    P. O. Box 90
    Eastmain (Québec) J0M 1W0

    Statement of Capabilities

    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.

    Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is February 27, 2019 at 2:00 p.m. EST.

    Inquiries and Submission of Statements of Capabilities

    Inquiries and statements of capabilities are to be directed to:

    Hélène Lewis 
    Agente principale du matériel et des marchés

    Senior Materiel and Contracting Officer
    Transports Canada | Transport Canada

    700 Place Leigh-Capreol, Dorval, Québec H4Y 1G7
    Gouvernement du Canada | Government of Canada

    Tél. / Tel.514-208-5342

    Fax 514-633-2925

    Courriel / email: helene.lewis@tc.gc.ca

    http://www.tc.gc.ca/

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Comprehensive Land Claim Agreement (CLCA)

    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
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Lewis, Helene
    Phone
    514-208-5342
    Email
    helene.lewis@tc.gc.ca
    Fax
    514-633-2925
    Address
    700 Place Leigh-Capreol
    Dorval, QC, H4Y 1G7
    CA

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    Aboriginal Lands
    Region of opportunity
    Aboriginal Lands
    Procurement method
    Competitive - Limited Tendering
    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: