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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Devries, Brent
- Phone
- (613) 406-2193 ( )
- Fax
- () -
- Address
-
105 Hotel de Ville
GatineauGatineau, Gatineau, K1A 0S5
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.