R&O TIES for Air Cadet Gliding Program Glider Fleet
Solicitation number W8485-184576/A
Publication date
Closing date and time 2018/12/04 14:00 EST
Description
Trade Agreement: NONE Tendering Procedures: All interested suppliers may submit a bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: K & L Soaring, LLC 5996 State Route 224 Cayuta New York Canada 14824 Nature of Requirements: R&O TIES for Air Cadet Gliding Program Glider Fleet W8485-184576/A Gamauf, Natalie Telephone No. - (819) 420-7161 ( ) Fax No. - ( ) - ( ) Line 1, R&O-TIES/ACGP SGS 2-33A Glider Fleet ADVANCED CONTRACT AWARD NOTICE For the Provision of Repair and Overhaul and Technical Investigation and Engineering Support for Air Cadet Gliding Program Glider Fleet for the Department of National Defence (DND) 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. Definition of the Requirement: The Department of National Defence (DND) has a requirement for the provision of a repair and overhaul and technical investigation and engineering support for The Air Cadet Gliding Program (ACGP) glider fleet. The ACGP currently operates a fleet of approximately 79 Schweizer 2-33A Gliders in support of flying operations for the Air Cadet Program. They are used by Cadets for training and to instill a passion for aviation. These aircraft are owned by the Air Cadet League (ACL) of Canada and are operated and maintained by the Department of National Defence (DND) in accordance with the contract between ACL and DND. The SGS 2-33A is a conventional two-place tandem, intermediate training sailplane for which K & L Soaring is the current Federal Aviation Administration (FAA) Type Certificate Holder, who holds all technical data, parts inventory and Original Equipment Manufacturer (OEM) tooling for the Schweizer 2-33A glider. The mission of the Air Cadet Glider Program (ACGP) is to provide a yearly glider flight to 25,000 Air Cadets across Canada using the Schweizer 2-33A gliders. The National Technical Authority’s role is to provide integrated logistical support, engineering, and technical airworthiness oversight to the program and its five regional maintenance centers. The five regions are located across Canada: Atlantic (Greenwood), Eastern (St-Jean), Central (Mountain View), North West (Gimli), and Pacific (Comox). SCOPE OF WORK / DELIVERABLES Minor Technical Support The purpose of this minor technical support work is to capture work and administration of a minor nature incidental to the Statement of Work (SOW). Minor work requests such as answering short technical questions, responding to routine inquiries relative to the operation and maintenance, repair and overhaul of the aircraft, or providing copies of drawings as well as work required to complete Task Estimates and generate proposals or to administer this contract. Work that is not deemed to be of a minor nature will be executed under the other service areas in accordance with the Task Authorization process outlined in the resulting contract. Technical Investigation and Engineering Support (TIES) The Contractor will provide TIES support, on an as-and-when requested basis through an approved DND 626 Task Authorization, to provide technical assistance to the ACGP NTA in resolving technical problems related to the operation and maintenance of the aircraft and associated components. The Contractor will submit findings and recommendations in the format specified and detailed in the applicable approved DND 626 Task Authorization. TIES support will include: a. Providing technical expertise and responding to technical questions submitted by DND and/or PSPC via email or by telephone, if level of effort is in excess of minor work requests; b. Providing analysis, design, development, recommendations and data, relevant to the required investigation and/or services; c. Developing, approving, and providing repair instructions and repair kits; d. Researching and investigating technical problems and reporting on quality defects; e. Conducting engineering evaluations and studies, special inspections, and assisting with the development and preparation of special information instructions; f. Recommending changes, developing, producing and conducting modifications and modification kits for the aircraft or applicable components, including special tooling; g. Provide technical assistance with the development of technical procedures; h. Propose and/or comment on modifications or maintenance procedures that could potentially extend the life of repairable items and associated components; and i. Providing TIES Reports as requested to the TA. Technical Drawings and Publication Services The Contractor must preserve and maintain a complete set of 2-33A assembly level drawings and publications to the latest revision in effect, in order to provide maintenance support for the aircraft and its components. The Contractor must provide DND with a current 2-33A drawing and publication list, and copies of all assembly level drawing and publications in electronic format and will provide updates, as required, as a subscription service at least annually identifying updates or notifications of changes. These drawings and publications will be used by DND to facilitate repairs, modifications or studies and will not be sent to third parties without Contracting Authority (CA) and Contractor approval. Specific publication work will be executed through the DND 626 Task Authorization process. Repair and Overhaul Services The Contractor must provide the services required to conduct and support the R&O for Schweizer Glider parts, components, major assemblies, and complete aircraft, subject to an approved DND 626 Task Authorization. R&O services as required will be provided at the Contractor’s facility. R&O must be completed using approved engineering data, by personnel appropriately qualified and authorized by the OEM to complete this work, using tools and materials suitable to ensure all work is completed in accordance with Title 14 of the FARs. The Contractor must hold and maintain the DND owned 2-33A fuselage jig that is deemed necessary to complete R&O tasks for the duration of the TIES and R&O contract. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements): Any interested supplier must demonstrate by way of a statement of capabilities how their proposed services meets each of the following requirements: (a) Must be the Federal Aviation Administration Type Certificate Holder for the Schweizer 2-33A Glider; (b) Must own and maintain the intellectual property for all the technical data for the Schweizer 2-33A Glider; (c) Must maintain a parts inventory and be an authorized manufacturer of Schweizer 2-33A Glider parts; (d) Must possess the OEM tooling including the production wing jig used for the production of the Schweizer 2-33A Glider; (e) Must be certified by Transport Canada or the Federal Aviation Administration as an Accredited Maintenance Organization or as a Part 145 Authorized repair Organization for the Schweizer 2-33A Glider. Justification for the Pre-Identified Supplier: The Air Cadet Glider Program currently operates a fleet of approximately 79 Schweizer 2-33A gliders in support of flying operations for the Air Cadet Program. K&L Soaring is the Original Equipment Manufacturer (OEM) and Federal Aviation Administration Type Certificate Holder, and owns the intellectual property for all the technical data, parts inventory and OEM tooling for the Schweitzer gliders. Government Contracts Regulations Exception(s): The following exception to the Government Contracts Regulations is invoked for this procurement under Section 6, 6 (d) only one person is capable of performing the contract. Exclusions and/or Limited Tendering Reasons: The following exclusion(s) and/or limited tendering reasons are invoked under Article 513 of the Canadian Free Trade Agreement (CFTA) as this requirement can be fulfilled by only one person. Ownership of Intellectual Property: Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. Security Requirement: This requirement is not subject to a security requirement. The classification of any work performed and any documentation prepared by the Contractor will be UNCLASSIFIED’. Period of the proposed contract or delivery date: The proposed contract will be for a period of five years from contract award with an option to extend the contract by up to two (2) additional one (1) year option periods under the same conditions. 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. Closing date of a submission of a statement of capabilities: The closing date and time for accepting statements of capabilities is December 4, 2018 at 2:00 p.m. EST. Inquiries and submission of statements of capabilities: Inquiries and statements of capabilities are to be directed to: Natalie Gamauf Public Works and Government Services Canada Acquisitions Program Aerospace Equipment Program Directorate Place du Portage Phase III, 8C1, Station 56 11 Laurier Street, Gatineau (Quebec) K1A 0S5 Telephone: 819-420-7161 E-mail: natalie.gamauf@pwgsc-tpsgc.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.
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
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
- Gamauf, Natalie
- Phone
- (819) 420-7161 ( )
- Email
- natalie.gamauf@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
11 Laurier St. / 11, rue Laurier
8C1, Place du PortageGatineau, Québec, 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.