Joint Review of Transport Canada’s Aircraft Services

Solicitation number 30002732/B

Publication date

Closing date and time 2022/09/06 14:00 EDT

Last amendment date


    Description

    REISSUE OF A BID SOLICITATION

    This bid solicitation cancels and supersedes previous bid solicitation number 30002732/A dated June 23, 2022 with a closing of 28 July, 2022 at 14:00 EDT.

    Objective

    The objective of the work is to conduct an in-depth evaluation of the sustainability of the current services delivered by Transport Canada (TC) Aircraft Services Directorate (ASD) through the lenses of departmental mandates, appropriate service performance criteria, effective governance, fiscal management, and asset renewal / recapitalization from a whole of government perspective. To accomplish this, an independent third party, with the support of DFO/CCG, Department of National Defence (DND), TC ASD and TC Civil Aviation, will conduct a comprehensive enterprise analysis of TC ASD fiscal and service-delivery structures to provide a recommendation on the way forward for the following business lines, each assessed individually and in combination with each other:

    • Coast Guard Helicopter Operation and Maintenance Services;
    • Intelligence, Surveillance and Reconnaissance Operations and Maintenance services including the National Aerial Surveillance Program and the Remotely Piloted Aircraft System (RPAS) program delivery;
    • DND Maintenance and Operations and Training services for Fixed Wing and Rotary Wing Fleets; and
    • TC Civil Aviation operations and Training Services for Fixed Wing, and Rotary Wing fleets.

    Background

    The Department of Fisheries and Oceans (DFO) and Canadian Coast Guard (Coast Guard), and Transport Canada (TC) require consulting services for a third party analysis to identify an ideal organizational construct(s) for the delivery of Transport Canada’s (TC) Aircraft Services Directorate (ASD) business lines. The resultant proposed construct must optimize the operational effectiveness of existing program mandates and implement fiscal efficiencies, while considering benefits to the whole of government, including the VIP fleet and services.

    Scope of Work

    The analysis is to investigate options for the provision of aviation services, including maintaining the TC ASD status quo or other models of service delivery, which could include partial industry outsourcing for training. To focus the parameters of the effort, the analysis will be characterized by the incorporation of the following five key factors:

    Mandate

    Determine if a clarity in mandate for the provision of air services is required.

    Governance

    There is a need to evaluate and determine the best governance structure(s) to support departmental mandates.

    Service Performance / Standards

    The levels of service required to support individual program mandates is to be reviewed and confirmed.

    Funding / Cost Recovery Model

    This study will determine the appropriate funding / investment levels to sustain effective and efficient current and future organizational construct(s)

    Asset Renewal / Recapitalization

    Consider and assess life-cycle costs to address the present deficit but also the future capital requirements including, aircraft, simulators and infrastructure required to meet the fleet renewal needs.

    Comprehensive Land Claims Agreement

    This procurement is not subject to any Comprehensive Land Claims Agreement

    Ownership of Intellectual Property

    Fisheries and Oceans Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, for the following reasons, as set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts: the material developed or produced consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.

    Security Requirement:

    Escort required at DFO site(s)

    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT have access to PROTECTED or CLASSIFIED information/assets.
    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT have unescorted access to restricted access areas of Fisheries and Oceans Canada facilities, or Canadian Coast Guard vessels.
    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT remove any PROTECTED or CLASSIFIED information/assets from DFO site(s).

    Subcontracts or arrangements with a third party are not to be awarded without the prior written permission of the Contracting Authority (i.e. a new SRCL must be submitted and processed following the same procedure as for the initial contract).

    Period of Contract:

    The period of contract shall be from date of award to March 20, 2023.

    Trade Agreements:

    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada–Ukraine Free Trade Agreement, Canada-Honduras Free Trade Agreement, World Trade Organization–Agreement on Government Procurement (WTO-GPA), and the Canadian Free Trade Agreement (CFTA).

    Inquiries:

    Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. BIDDERS ARE ADVISED THAT “BUYANDSELL.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official 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
    • 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)
    • 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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Obeid, Mazen
    Phone
    613-299-2564
    Email
    mazen.obeid@dfo-mpo.gc.ca
    Address
    200 Kent
    Ottawa, ON, K2P 2J8
    CA

    Buying organization(s)

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

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    12
    001
    French
    1
    000
    French
    1
    000
    English
    34

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    French, English
    Region(s) of delivery
    Ontario (except NCR)
    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: