Standing Offer for Aeronautical Engineering Specialists Training Courses for the Department of National Defence

Solicitation number W8485-22-SO01

Publication date

Closing date and time 2022/05/27 14:00 EDT


    Description

    Advance Contract Award Notice:

    Standing Offer for Aeronautical Engineering Specialists Training Courses for the Department of National Defence

    1.Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers- to signal their interest in bidding, by submitting a statement of capabilities.

    If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2.Definition of the requirement

    The Department of National Defence has a requirement for a Standing Offer to provide Aeronautical Engineering Specialists Training Courses on an "as and when requested" basis. The purpose of the courses is to provide specialist engineering training to the Royal Canadian Air Force fleets, to meet the Airworthiness regulations as well as provide day-to-day engineering expertise to solve technical problems and maintain operational availability and capability. The support covers all disciplines of engineering for all types of aircraft operated by the RCAF.

    The following aerospace course fields must be covered:

    1. Flight Test Principles and Practices;
    2. Fundamental Avionics;
    3. Commercial Aircraft Safety Assessment and 1309 Design Analysis;
    4. Principles of Aerospace Engineering;
    5. Software Safety, Certification and DO- l 78C and Integrated Modular Avionics;
    6. FAA Certification Procedures and Airworthiness Requirements as Applied to Military

    Procurement of Commercial Derivative Aircraft/Systems;

    1. Cabin Safety and Crashworthiness of Cabin Interior;
    2. Aircraft Structural Loads: Requirements, Analysis, Testing and Certification;
    3. Principles of Aeroelasticity;
    4. Electrical Wiring Interconnect System;
    5. Aircraft Icing: Meteorology, Protective Systems, Instrumentation and Certification;
    6. Airplane Flight Dynamics;
    7. Civil and Military Certification of Propulsion Systems to Support Aircraft and Helicopter Operations; and
    8. Rotorcraft Vibration: Analysis and Practical Reduction Methods.

    The training courses should be delivered using a combination of the following methods:

    • Lectures;
    • Simulations;
    • Practical exercises; and
    • Video presentations.

    3.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 the following requirements:

    1. Demonstrated experience in conducting aerospace short training courses covering a maximum period of 5 days for one complete course;
    1. Demonstrated experience in conducting training courses in North America that cover US National Transportation Safety Board (NTSB) and Canadian Transportation Safety Board (TSB) procedures and standards;
    1. Demonstrated experience delivering aerospace short training courses on at least 10 separate occasions to classrooms of over six students; and.
    1. Demonstrated experience delivering the following aerospace short training courses topics:

    In-person

    1. Advanced Avionics
    2. Aerodynamic Design Improvements: High-Lift & Cruise
    3. Aerodynamic Design of Commercial Airplanes
    4. Aircraft Avionics Test and Evaluation Fundamentals
    5. Aircraft Icing: Meteorology, Protective Systems, Instrumentation, and Certification
    6. Aircraft Lightning: Requirements, Component Testing, Aircraft Testing and Certification
    7. Aircraft Structural Loads: Criteria, Analysis, and Validation
    8. Aircraft Structures: Analysis and Design
    9. Airplane Flight Dynamics
    10. Cabin Safety and Crashworthiness of Aircraft Cabin Interiors
    11. Complex Electronic Hardware Development and DO-254*
    12. Conceptual Design of Unmanned Aircraft Systems
    13. Electrical Wiring Interconnection System (EWIS) and FAA Requirements
    14. Electrical Wiring Interconnection System (EWIS) Safety Assessment - 25.1709
    15. Electromagnetic Effects Aircraft Level Testing and FAA Requirements
    16. FAA Aircraft Certification and Airworthiness Approvals
    17. FAA Type Certification Process
    18. Flight Control and Hydraulic Systems
    19. Flight Test Principles and Practices
    20. Flight Testing Unmanned Aircraft Systems - Unique Challenges
    21. Fundamentals of V/STOL Rotorcraft
    22. Future Propulsion Systems and Energy Sources in Sustainable Aviation
    23. Instructions for Continued Airworthiness Using Enhanced Zonal Analysis Procedure (EZAP)
    24. Integrated Modular Avionics (IMA) and DO-297*
    25. Introduction to Electromagnetic Effects and Aircraft Engineering Requirements
    26. Introduction to Fuel Tank Safety and Ignition Prevention - Design, Certification and Compliance
    27. Introduction to RTCA DO-160 Qualification: Purpose, Testing and Design Considerations
    28. MIL-STD Qualification: Purpose, Testing and Design Considerations
    29. Operational Aircraft Performance and Flight Test Practices
    30. Principles of Aeroelasticity
    31. Propulsion Systems for UAVs and General Aviation Aircraft
    32. Software Safety, Certification and DO-178C
    33. Stress Analysis for Aerospace Structures
    34. Structural Composites
    35. System Safety Assessment for Commercial Aircraft Aviation
    36. Systems and Safety for Electric/Hybrid Electric Aircraft and Urban Air Mobility
    37. Unmanned Aircraft System Software Airworthiness

    Online

    1. Aircraft Icing: Meteorology, Protective Systems, Instrumentation and Certification
    2. Complex Electronic Hardware Development and DO-254
    3. Electrical Wiring Interconnection System (EWIS) and FAA Requirements
    4. Electrical Wiring Interconnection System (EWIS) Safety Assessment – 25.1709
    5. Electromagnetic Effects Aircraft Level Testing and FAA Requirements
    6. Fundamental Avionics
    7. Fundamentals of V/STOL Rotorcraft
    8. High Intensity Radiated Fields (HIRF) Certification and Compliance
    9. Instructions for Continued Airworthiness Using Enhanced Zonal Analysis Procedure
    10. Introduction to Electromagnetic Effects (EME) and Aircraft Engineering Requirements
    11. Introduction to RTCA DO-160 Qualification: Purpose, Testing and Design Considerations
    12. System Safety Assessment for Commercial Aircraft Certification
    13. Systems and Safety for Electric/Hybrid-Electric Aircraft and Urban Air Mobility

    4.Applicability of the trade agreement(s) to the procurement

    This requirement is subject to the provision of the Canadian Free Trade Agreement (CFTA), Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-Colombia Free Trade Agreement (CCoFTA), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Honduras Free Trade Agreement (CHFTA), Canada-Korea Free Trade Agreement (CKFTA), Canada-Panama Free Trade Agreement (CPaFTA), Canada-United Kingdom Free Trade Continuity Agreement (Canada-UK TCA), and the World Trade Organization Agreement on Government Procurement (WTO-AGP).

    5.Justification for the Pre-Identified Supplier

    The University of Kansas is the only known firm that offers readily accessible, multi-subject and specialized aerospace short-duration training using North American aviation standards.

    6.Government Contracts Regulations Exception

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) "only one person or firm is capable of performing the work".

    7.Ownership of Intellectual Property (IP)

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    8.Period of the Proposed Standing Offer

    The period of the proposed Standing Offer is from 1 June 2022 to 31 March 2025.

    9.Option to extend the Standing Offer Period

    The proposed Standing Offer will have the option to extend the term of the Standing Offer by two (2) years, one year at a time, under the same terms and conditions.

    10.Estimated Cost of the Proposed Contract

    The estimated all-inclusive value of the Contract, including option periods is approximately

    $300,000.00 CDN excluding taxes).

    11.Name and address of the pre-identified supplier

    University of Kansas

    1450 Jayhawk Blvd., Lawrence KS 66045, USA

    12.Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person 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.

    13.Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is 27 May 2022, 14:00 EDT.

    1. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to:

    Nadia Picard, DAP 2-3

    Team Lead, Materiel Acquisition and Support

    Directorate of Aerospace Procurement (DAP)

    Department of National Defence

    DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca

    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Picard, Nadia
    Phone
    DapServicesBidReceiving-DoaServicesReceptionDesSoumissions@forces.gc.ca
    Email
    nadia.picard@forces.gc.ca
    Address
    455 de la Carrière
    Gatineau, QC, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    Canada
    ,
    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: