Aeromedical Bio-Containment Evacuation System (ABES) and Support Services

Solicitation number W8485-227053/A

Publication date

Closing date and time 2022/04/25 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Knight Aerospace Medical Systems LLC
    3606 SW 36th Street, Suite 101
    San Antonio Texas
    United States
    78226
    Nature of Requirements: 
    
    Description
    
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with: 
    Chile/Honduras/Peru/Colombia/Panama/Korea/UK/Ukraine
    
    Tendering Procedures: All interested suppliers may submit a bid
    
    Non-Competitive Procurement Strategy: Exclusive Rights
    
    Comprehensive Land Claim Agreement: No
    
    Vendor Name and Address: 
    Knight Aerospace Medical Systems LLC
    3606 SW 36th Street, Suite 101
    San Antonio, Texas
    United States 
    78226 
    
    Nature of Requirements: 
    
    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. Requirement
     
    The Canadian Armed Forces (CAF) has a requirement for a permanent capability that provides the
    Aeromedical Evacuation (AE) of patients diagnosed with a Highly Infectious Disease (HID) of all types 
    of transmission (contact, droplet and/or airborne). The AE capability must move patients both 
    domestically and internationally, including remote areas of Canada. The capability must facilitate the 
    AE Crew (AEC) to provide medical care while protecting the aircraft, aircrew and AEC members from 
    exposure to infectious pathogens. CAF requires one Aeromedical Bio-Containment Evacuation System 
    (ABES)  that will be used for the long range air mobility transport of patient(s) diagnosed with or 
    suspected to be infected with a HID to Canada or a pre-determined third location on large Royal 
    Canadian Air Force (RCAF) fixed wing aircraft while providing protection to the aircraft, aircrew and 
    AEC members from exposure to infectious pathogens.  
    
    In addition to supplying one ABES unit, the requirement is also to provide 
    engineering/maintenance/training support for two ABES units (ABES 01 is already in service).
    
    The ABES must meet all the minimum essential requirements as further specified below. 
     
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
       i. Any interested supplier must demonstrate, by way of a statement of capabilities, that its ABES 
          meets the following technical requirements: 
            a) To provide medical care to patients diagnosed with or presumed to be infected with a HID that 
        require HID AE for a minimum of 15 hours;
            b) To accommodate a minimum of four critical care patients and a minimum of two AE crew;
            c) The ABES must be able to be utilize in multiple configurations, using single patient beds (with 
        storage), single seats for patients and AE personnel and seating to hold up to 16 ambulatory 
        patients;
            d) The ABES will be utilized for Infectious disease treatment, critical care treatment and 
        ambulatory treatment for patients.
            e) To be an airworthy and certifiable Commercial Off The Shelf (COTS) solution, having attained 
        flight authority for carriage and patient transport in accordance with FAR/CAR/CS Part 25 or 
        an acceptable military equivalent, configured to fit on RCAF CC177 Globemaster and CC130J 
        Hercules;
            f) The ABES must only be secured to the aircraft via the cargo handling system and no other tie-
        down points or methods for securement;
            g) The ABES must occupy not more than 5 Pallet positions inside of the RCAF CC177 Globemaster 
        and CC130J Hercules;
            h) To protect the aircraft interior, AEC, aircrew and any other aircraft occupants from exposure to 
        and possible contamination by the infectious pathogen of the patient(s) being transported, 
        whether by contact, droplet or airborne transmission routes;
            i) The ABES must permit the conduct of continuous HID AE missions within given constraints;
            j) Must allow for equipment and biohazard waste management procedures to conform to 
        environmental requirements;
            k) The ABES must be separated into three separate compartments for staff, ante-room and 
        patient area;
            l) The ABES must be configured similar to ABES 01 to ensure that trained RCAF AE personnel 
        can deploy ABES at delivery;
            m) The ABES must be delivered with a proper storage unit for ease of loading onto a suitable 
        cargo loader (K50/K60);
            n) The ABES is to be received by the RCAF at the supplier's facility; and
            o) To effectively and economically sustain equipment availability for deployment. 
    
      ii. Any interested supplier must demonstrate, by way of its statement of capabilities, that it is able 
          to provide engineering support for two ABES by providing the following:
    
            a) Provide engineering assistance and consultation (e.g. onsite trips, correspondence, requests for 
        information, studies and other documentation requested by RCAF); 
            b) Specific response times may vary but technical instructions shall be available within one week 
        of any given engineering support request;  
            c) Remote engineering support for emergencies must be available 24 hours/day, 7 days/week,  
        365 days/year; and 
            d) Provide professional Mechanical (ME) and Electrical (EE) engineers and designers to analyze 
        and implement: repairs, technical improvements and modifications identified by RCAF mission 
        deficiencies and accidents, RCAF identified product improvements and obsolescence 
        mitigation.  
    
     iii. Any interested supplier must demonstrate, by way of its statement of capabilities, that it is able 
          to provide maintenance support for two ABES by providing the following:
    
            a) Provide periodic preventative maintenance of the two ABES onsite at RCAF Facilities in Canada 
        once per year. During the once-annual trip, the supplier shall thoroughly inspect and rectify 
        items on both ABES systems (ABES 01 and ABES 02).  Preventative maintenance shall include 
        checks and rectification of: structure, exterior, equipment cabinets, interior, and individual items 
        such as flooring (interior and exterior), electrical, electronics, filters, corrosion, drains and 
        plumbing systems;
            b) Provide onsite emergency visits, as requested by RCAF, to perform urgent/emergent 
        maintenance; and
            c) Supply of spare parts as required/requested by RCAF.
    
      iv. Any interested supplier must demonstrate, by way of its a statement of capabilities, that it is able 
          to provide training support for two ABES by ensuring the following:
    
            a) Classroom training and hands-on training to RCAF Operators and technicians to be provided 
        when required at a RCAF facility; and
            b) Operational Training to be conducted in accordance with RCAF policies and procedures. 
    
       v. Any interested supplier must demonstrate, by way of its statement of capabilities, that it meets 
          compatibility requirements by ensuring the following:
    
            a) Any required training must be fully compatible with the existing on-aircraft or off-aircraft 
        training system used to qualify personnel in such disciplines as maintenance, medical, air crew 
        and aeromedical; and   
            b) Sparing and consumables must be compatible with both ABES 01 and ABES 02.
    
    4. Applicability of the trade agreements to the procurement 
    
    This procurement is subject to the following trade agreements:
     
    -Canadian Free Trade Agreement (CFTA)
    -World Trade Organization - Agreement on Government Procurement (WTO-GPA)
    -Canada-European Union Comprehensive Economic and Trade Agreement (CETA) 
    -Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) 
    -Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    -Canada-Chile Free Trade Agreement (CCFTA)
    -Canada-Colombia Free Trade Agreement
    -Canada-Honduras Free Trade Agreement
    -Canada-Korea Free Trade Agreement
    -Canada-Panama Free Trade Agreement
    -Canada-Peru Free Trade Agreement (CPFTA)
    -Canada-Ukraine Free Trade Agreement (CUFTA)
    
    5. Justification for the Pre-Identified Supplier
     
    Knight Aerospace has been identified as the only supplier capable of providing an AE system and 
    support as described above.
    
    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 is capable of performing the work".
     
    7. Exclusions and/or Limited Tendering Reasons
     
    Canadian Free Trade Agreement (CFTA) - Article 513, 1(b)(v)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XIII, 1.(b)
    Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)- same as CETA - Article 19.19.12.1.(b)
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12.1(b) 
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10 2(b)
    Canada-Chile Free Trade Agreement (CCFTA) - Article Kbis-09(b)
    Canada-Colombia Free Trade Agreement - Article 1409 (b)
    Canada-Honduras Free Trade Agreement - Article 17.11 (b)
    Canada-Korea Free Trade Agreement - Article 14.3
    Canada-Panama Free Trade Agreement - Article 16.10 (b)
    Canada-Peru Free Trade Agreement (CPFTA) - Article 1409 (b)
    Canada-Ukraine Free Trade Agreement (CUFTA) - Article 10.13 (b)
    
    8. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the 
    Contractor.
    
    9. Delivery Date
    
    The required delivery date of the system is eight months after contract award.
    
    10. Name and address of the pre-identified supplier 
    
    Knight Aerospace Medical Systems LLC
    3606 SW 36th Street, Suite 101
    San Antonio, Texas
    United States 
    78226 
    
    11. 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. 
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is:
    April 22, 2022 at 2:00 PM Eastern Daylight Time.
    
    13. Inquiries and submission of statements of capabilities
     
    Inquiries and statements of capabilities are to be directed to:
     
    Contracting Authority: Brent DeVries
      
    Phone Numbers: (613) 406-2193 
     
    E-mail Addresses: brent.devries@tpsgc-pwgsc.gc.ca
     
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified 
    above. Should you have any questions concerning this requirement, contact the contracting officer 
    identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no 
    less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a 
    good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or 
    before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, 
    the contracting authority may then proceed with the award.  However, should a Statement of 
    Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will 
    proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods 
    described herein, 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.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear 
    on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the 
    covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, 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.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Devries, Brent
    Phone
    (613) 406-2193 ( )
    Fax
    () -
    Address
    105 Hotel de Ville
    Gatineau
    Gatineau, Gatineau, K1A 0S5

    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
    Ontario (except NCR)
    ,
    Foreign
    Procurement method
    Competitive – Open Bidding

    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: