F404 Propulsion Grp Interim Sys

Solicitation number W8485-14DL01/B

Publication date

Closing date and time 2014/03/19 15:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    F404 Propulsion Group Interim System Support 
    
    Description for NPP for W8485-14-DL01
    GSIN: JX2840A
    DESCRIPTION: F404 Propulsion Group Interim System Support  
    
    Question Set:
    
    Question #1: Can you advise of the bid receiving unit hours of
    operation?
    
    Response #1:
    Bid Receiving Unit is open from 7:30am to 4:00pm Monday through
    Friday. Holidays and afterhours bids can be dropped in the drop
    box located outside of the Bid Receiving Unit. 
    
    
    Question #2: The MC-14 indicates a requirement for onsite or
    offsite storage of at least 28,000 cubic feet. The response to
    Question 2 posted on March 3rd indicated the types of inventory
    that require storage (thanks). The estimated dollar value of the
    material is very significant at well over $200M; 
    Question #2.a: Is this breakout of material $ (estimate) all
    expected to be stored at the contractor facility?
    Response #2.a: The Contractor is expected to co-locate with MRO
    operations the following items: 
    - CIS; 
    - AAS; 
    - GFOS; 
    - items awaiting induction; and 
    - items awaiting engineering disposition.
    Question #2.b The space requirement of 28,000 cubic feet does
    not seem to be consistent with the $ of material listed
    (estimates). The $ value of inventory quoted would seem to
    require significantly more space than the RFP requirement.
    Please clarify. 
    Response #2.b: The space requirements to dollar value are not
    considered relevant. As indicated in MC #14, 28,000 cu ft is a
    workable minimum spare requirement for the materiel.
    
    Question #2.c Can you advise how the 28,000 cubic feet of
    storage required would translated into actual floor space (ie.
    square feet)? 
    Response #2.c: No further clarification is available. Ultimately
    the contractor will determinethe appropriatematerial storage
    requirements that willsatisfy the contractwhile providing best
    value toCanada.
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    Please note that for this requirement the closing date has been
    amended to March 19, 2014 at 14:00 Eastern Standard Time (EST).
    
    Question set:
    
    Question 1a: Would Canada clarify why this procurement seems to
    contradict government policy on Key Industrial Capabilities for
    defence procurement? 
    Response to item #1a: This procurement was initiated prior to
    the announcement of the current Defence Procurement Strategy. 
    As such, the existing industrial regional benefits and national
    security exemptions were applied.  However, for the long-term
    F404 Propulsion Group System Support solution, all applicable
    elements identified within the Defence Procurement Strategy will
    be applied.
    
    b. The timeframe required to identify IRB transactions for IRB
    mandatory requirements seem misaligned with the 1+1 year
    contract duration.
    
    Question 1b: Would Canada consider adjusting the required timing
    for submission of eligible IRB transactions to the following:
    i. 70% of IRB transactions identified at time of proposal;
    ii. 100% of IRB transactions identified 1 year ACA.
    2. Technical Evaluation Mandatory Requirements Questions:
    
    The points expressed in Questions b & 1b are reflected in the
    amendment to the IRB portion of the RFP.
    
    
    Question #2
    
    Please clarify the contents of Volume V. Section 1. Bid
    Preparation Instructions. This section identifies Section V as
    Industrial Regional Benefits, however, further in Section 1, Bid
    Preparation Instructions, the same section (Section V) is titled
    Additional Information and requests 1.1 Bidder's Proposed Site
    or Premises Requiring Safeguarding. Is this additional
    information regarding safeguarding to be included in Section V:
    IRB Bid? 
    
    Response to Question #2 
    
    PART 3 - BID PREPARATION INSTRUCTIONS, paragraph 1. Bid
    Preparation Instructions, article V should be renamed as
    "Additional Information" and not Industrial and Regional
    Benefits Bid  (2 hard copies)
    
    The Industrial and Regional Benefits (IRB) bid is to be
    submitted as per the IRB bid instructions contained in the IRB
    Model Bidder Instructions.
    
    -----------------------------------------------------------------
    ----------------------------------------------------
    
    The revised documents have been included in the attached
    RFPEv2.zip
    
    -----------------------------------------------------------------
    ----------------------------------------------------
    Questions and Answers
    Question 1:  Reference Part 7Annex B, Para 3.5.1 and 3.5.2: 
    The dates referenced in this paragraph are before the bid due
    date. These dates should be amended. 
    Response to item #1: DND has reviewed the request to update the
    CTIP schedule. Revisions toPart 7, Annex B, Technical SOW
    paragraphs 3.5.1,3.5.2,3.5.4 and 3.6.1have been amended from 
    a. Contract Award / Contract Start Date:3 Mar 14 (estimated);
    b. Kick-Off Meeting:4 Mar 14;
    c. Commencement Readiness Review Meeting #1:18 Mar 14;
    d. IOC/ Commencement Readiness Review Meeting #2: 1 Apr 14;
    e. Commencement Readiness Review Meeting #3: 15 Apr 14; and
    f. FOC / Commencement Readiness Review Meeting #4: 1 May 14
    to:
    a. Contract Award / Contract Start Date:25 Mar14 (estimated);
    b. Kick-Off Meeting: 27 Mar 14;
    c. Commencement Readiness Review Meeting #1: 28 Mar 14;
    d. IOC / Commencement Readiness Review Meeting #2: 1 Apr 14;
    e. Commencement Readiness Review Meeting #3: 15 Apr 14; and
    f. FOC / Commencement Readiness Review Meeting #4: 1 May 14
    
    It is to be noted that the IOC date of 1 Apr 2014 and FOC date
    of 1 May remain unchanged.
    Question 2:  Reference Part 4, Annex B MC14:  Could you clarify
    the intended use of the inventory storage requirements (Ref MC
    14)
    
     "Inventory holding report 25 Feb 2014".
    Response to item #2: DND has reviewed the request for
    clarification of the inventory storage requirements (Ref MC
    #14). The inventory storage requirements consist of a mix of
    consumables, repairables, AAS, GFOS, CIS etc.  
    (a) The following estimates AAS, GFOS, and CIS are within the
    table below:
    
    $180M	 unrestricted stock in containers and triwalls.  
     $    7M 	 blocked stock Note: -Blocked items estimate based on
    scrap only formerly DS items from old system. Some of value may
    include items in quarantine area or previously scrapped.  Delay
    in processing items into DRMIS may make the amount appear
    larger. About 3000 OIRs with scrap action are pending. 
     $  13M 	 quarantined stock 
     $  14M	 AA spares 
     $  22M 	 GFOS consumable  
     $    3.7M 	 GFOS repairable  
    
    
    (b) The attachedspreadsheet entitled "Inventory holding report
    25 Feb 2014"contains the estimated quantityof AAS, GFOS and CIS
    held in inventory.
    
    Question 3:  Reference Part 4, Para 1.2.1, (Management
    Evaluation Criteria): Could you clarify what evaluation criteria
    will be used to evaluate Section II of the proposal. 
    Response to item #3: Part 4, paragraph 1.2.1 (Management
    Evaluation Criteria) shall be removed.
    Question 4:  Reference Part 3, Section II Management Bid:  The
    bid preparation instructions indicate that Bidders are to
    provide their client contacts. Could you clarify?  Please also
    advise what level of detail is required, and for what work. 
    Response to item #4: Part 3, Section II Management Bid shall be
    removed.
    Question 5:  Reference Part 4, Annex B MC 8:  Could you clarify
    how the amount of R&O work to be done in Canada was calculated
    and why it is different from the recent T56 solicitation that
    only required 50% NSE.  Such a high threshold  drives a level of
    inefficiency and cost that may not in the best interests of the
    Government of Canada.
    Response to item 5: The National Security Exception was
    requested to be invoked by The Department of National Defence to
    ensure a source of supply in Canada for particular goods or
    services necessary for DND and CF operational readiness.  The
    Department of National Defence has identified that in this
    specific case, it requires 90% of the maintenance, repair and
    overhaul labour to be conducted in Canada for national security
    reasons.
    
    
    
    
    
    Ref Reference Part 4, Annex B MC 12; 
    
    Question 6:  MC12 is not clear on the level of detail required.
    Is it is your intent that we provide the entire contract or
    alternately, could we submit the relevant sections of the
    contract that show its scope, scale and complexity. By limiting
    the documentation to the relevant sections of the contract (or
    contract SOW), one could significantly reduce the efforts and
    page count required to provide compliance with MC.
    1. Has the Bidder (or its subcontractor) provided relevant
    portions of their publications contract that demonstrate that
    they provide services similar in scale, scope and complexity to
    Annex F, Publications Management Services SOW?
    Response to item #6: To clarify,the bidder shall provide the
    complete contract with a clear indication of the relevant
    sections which demonstrate their compliance toMC #12.  It is
    acceptable to submit the response to MC #12 in an electronic
    format.
    
    Question 7:  Reference Part 4, Annex B MC 3:Airworthiness: 
    Could you clarify if we need to submit our approved Design
    Approval Organization Procedures and Maintenance Process Manuals
    if these documents have been already approved by DND through
    DTA.  Alternatively, could we submit our DTA approval letter or
    provide a printout of the DND web page that lists the TAA
    approved organizations (which also includes scope of their
    approvals).  See the following link:
    http://www.forces.gc.ca/en/business-regulations-technical-airwort
    hiness/accreditation-recognition.page
    
    
    Response to item #7: Yes, the Bidder shallsubmit the complete
    airworthiness process manual as specified in MC #3. The
    Technical Evaluation team shall only evaluate thosedocuments
    provided as part of the bid submission.It is acceptable to
    submit the response to MC#3 in an electronic format.
    
    Question 8:  Could you extend the proposal due date to March
    10th?  
    
    Response to item 8:  Proposal due date will be extended to March
    17th.
    
    
    Significant Issues 
    
    Question 9:  Ref Reference Part 4, Annex B MC 5 (Sub Contracts):
     Could you provide clarity on the level of detail required of
    the "subcontractor agreements"? Would a MOU (memorandum of
    understanding) or Letter of Offer (including commitment to
    support and the agreed to roles and responsibilities)?  Industry
    doesn't typically establish executable subcontracts until they
    have been awarded a particular competition.  Only the incumbent
    would likely have executed subcontracts with their team as they
    are already performing the work.
    
    Response to item #9:An agreement between the Bidder and their
    sub-contractor to undertake the work specified in the RFP by the
    sub-contractor will be required by contract award.  These
    agreements must demonstrate the ability to have sub-contract(s)
    in place by contract award date.
    
    
    Question 10:  Reference Part 4, Annex B, MCs 1, 3, 10, 11, 12:  
      Is it Canada's intent that only the Bidder meet these
    requirements (and not their subcontractors)? If so, this
    precludes the use of critical subcontractors, who already
    possess the required capabilities and in some cases are already
    doing this work today. We don't believe that it is in Canada's
    best interests in terms of a fair and open competition to
    restrict these requirements to only the Bidder (or Prime).  
    Additionally, we note that there is an inconsistency between MC3
    and 10.  If a subcontractor is accredited as ADO then that same
    subcontractor should also satisfy the requirements of MC10 . 
    The absence of the subcontractors in MC10 places a stringent
    requirement on this RFP that is inconsistent with MC3.
    Accordingly, we suggest that subcontractors be added to MC10 and
    also the other listed MCs above, and that Annex B is amended to
    include "Bidder or their subcontractors". 
    Response to item #10: For MC # 1, 3, 10, 11 and 12, the Crown
    agrees to the request to include both the Bidder himself and/or
    the entity performing the Work when evaluating these criteria
    
    Question 11:  Reference Part 6, as well as Part 7 Annex G
    (SRCL):  Could you clarify the security requirements by work
    stream? Please note that with the potential for work streams to
    be performed in different Facilities/locations.  Also, could you
    confirm that the security classification of the production
    category?
    •	The Security Requirements Checklist (SRCL) at Annex G to the
    RFP (Part C - Safeguards (Supplier)) indicates that the
    production of classified material or equipment will occur at the
    supplier's site (see checkmark in Yes box).  This requirement is
    further amplified on the Summary Chart in Part C where a"
    Secret" security level is specified the production category.  
    •	To the best of (the Bidder's) knowledge, there isn't a
    security level associated with the MRO of the F404 engine.  Is
    the security classification of the production category correct?
    •	In a related matter, according to paragraph 19.2 of Part 7 -
    Resulting Contract Clauses, a supplier must possess a
    "Confidential" security level for its Production capabilities. 
    Alternatively, the SRCL indicates that the production category
    must have a security level of "Secret".  Is the security
    classification of the production category in paragraph 19.2.
    
    Response to item #11:With reference to the SRCL Supplemental
    Security Guide, Part B, clarificationfor thesecurity requirement
    by work streams isas follows: 
    The following work streams require SECRET clearance:
    - Engineering
    - IM/IT
    - Program Manager
    - Offsite Services- LCMM
    - Offsite Services -CSR
    - Offsite Services -TSR
    The remainder, including MRO, require enhancedreliability
    clearance. Production, as referred to in paragraph 11 of the
    SRCL was considered to include production in terms of engine MRO
    but also software programs.
    
    
    
    
    
    
    Question and Answer Set #2
    
    Question 1a: Would Canada clarify why this procurement seems to
    contradict government policy on Key Industrial Capabilities for
    defence procurement? 
    Response to item #1a: This procurement was initiated prior to
    the announcement of the current Defence Procurement Strategy. 
    As such, the existing industrial regional benefits and national
    security exemptions were applied.  However, for the long-term
    F404 Propulsion Group System Support solution, all applicable
    elements identified within the Defence Procurement Strategy will
    be applied.
    
    b. The timeframe required to identify IRB transactions for IRB
    mandatory requirements seem misaligned with the 1+1 year
    contract duration.
    
    Question 1b: Would Canada consider adjusting the required timing
    for submission of eligible IRB transactions to the following:
    i. 70% of IRB transactions identified at time of proposal;
    ii. 100% of IRB transactions identified 1 year ACA.
    2. Technical Evaluation Mandatory Requirements Questions:
    
    Response to come
    
    
    2a. Question: MC-1: Could Canada clarify the duration, scope and
    depth of the valid F404-GE-400
    or F404-GE-402 that would be considered compliant with this
    requirement. For example, do valid
    F404-GE-400 or F404-GE-402 contracts need to be of similar
    scale, scope, and complexity as
    the RFP SOW?
    
    Response to item #2a (x-ref Mandatory Criteria #1):Mandatory
    Criteria number 1 has been clarified to state: "The Bidder shall
    provide the contract numbers and client names of valid MRO
    contracts for the F404-GE-400 or F404-GE-402 engines that they
    (or their subcontractor) are currently performing."
    
    
    
    
    2b. Question: MC-3: For Method of Compliance, could Canada
    clarify whether the documentation
    provided by the Bidder under the Method of Compliance needs to
    be related to either:
    i. F404-GE-400 or F404-GE-402 and related systems; or
    ii. An engine(s) and system(s) of similar scope, depth and
    complexity (ie. Fighter aircraft
    afterburning turbofan engine(s) and related system(s)).
    
    Response to item #2b (x-ref Mandatory Criteria # 3): Yes, the
    documentation can be related to either:
    i. F404-GE-400 or F404-GE-402 and related systems; or
    ii. An engine(s) and system(s) of similar scope, depth and
    complexity (ie. Fighter aircraft afterburning turbofan engine(s)
    and related system(s)).  Similar scope, depth and complexity is
    defined as a fighter aircraft afterburning turbofan engine and
    related systems.
    
    2c. Question: MC-7: Would Canada clarify whether the Bidder must
    demonstrate, through a resource and capacity analysis, that it
    has the ability to induct and complete, by the corresponding
    monthly amount and completed in the corresponding amount of
    calendar days? Or is a simple certification sufficient?
    
    Response to item #2c (x-ref Mandatory Criteria # 7): DND has
    reviewed the request and advises that no change is required. The
    CTIP provided under MC #4 shall detail and demonstrate the
    Bidder's ability to satisfy MC #7. Therefore, certification is
    sufficient for MC #7.
    
    2d. Question: MC-8 - NSE Strategic Requirements: Would Canada
    clarify why it does not consider the functional areas of Program
    Management, Engineering Support, Publication Support and IM/IT
    as strategic requirements or Key Industrial Capabilities for the
    engine fleet of Canada's fighter aircraft capability? Would
    Canada clarify why Program Management, Engineering Support,
    Publication Support and IM/IT Support do not require at least
    90% of labour content to be performed in Canada?
    
    Response to item #2d (x-ref Mandatory Criteria # 8):  The
    Department of National Defence has identified that in this
    specific case, it requires 90% of only the maintenance, repair
    and overhaul labour to be conducted in Canada for national
    security reasons.   The other elements have not been specified
    in the NSE.
    
    2e. Question: MC-9 - MRO Capacity: Would Canada clarify why MRO
    experience is not a mandatory requirement, in light of MC 10,
    11, 12 requiring both experience and capacity?
    
    Response to item #2e (x-ref Mandatory Criteria # 9): The
    mandatory requirements in their totality are being used to
    evaluate the required experience of the Bidder (and/or their
    sub-contractors).
    2f. Question: MC-10 - Would Canada clarify whether the
    engineering experience to meet this requirement needs to be of
    similar scale, scope and complexity to the RFP SOW requirements?
    
    Response to item #2f (x-ref Mandatory Criteria # 10): To
    clarify, 12,000 billable engineering hours across the range of
    activities as identified in the SOWs is the experience, scope
    and complexity required by DND.
    2g. Question: MC-11 - IM/IT: Would Canada clarify whether the
    IM/IT experience needs to be of
    similar scale, scope and complexity to the RFP SOW requirements?
    
    Response to item #2g (x-ref Mandatory Criteria # 11): No change
    is required. The IM/IT experience to be demonstrated in MC #11
    is as stated in both the description and method of compliance.
    3. Lack of Rated Requirements
    a. It seems unprecedented that there are no Rated Requirements
    regarding Experience and Risk that the Government considers
    important, or of value, for in-service support work of this
    scale and complexity.
    
    
    3b. Question: Would the Government consider rated requirements
    for F404-GE-400/-402 experience in each of the SOW functional
    areas (Program Management, R&O, Engineering, Publication
    Management, and IM/IT support)?
    Response to item #3b: No changes are being considered at this
    time.  The selection criteria are lowest cost compliant.
    
    
    3c.Question: Would the Government consider rated requirements
    for Implementation and Performance Risk as part of the Technical
    Evaluation?
    
    Response to item #3c: No changes are being considered at this
    time.  The selection criteria are lowest cost compliant.
    4. Basis of Payment
    a. The current method of assigning the bid price neglect the
    significant impact that labour efficiency plays in determining
    the overall contract price. For example, Bidder A may submit a
    labour rate $10 lower than Bidder B, but may take twice as many
    hours to perform the repair activity as Bidder B, thereby
    resulting in a significant price disadvantage to Canada.
    
    Question: Given that there are many elements of the R&O activity
    for which the work-scope is fixed, would Canada consider
    amending the Basis of Payment to more appropriately reflect the
    expected cost-drivers of the Program. Examples of repairable
    work for which Canada should expect a firm labour price include:
    
    i. Fan Module SAC B;
    ii. HPC Module SAC B;
    iii. Combustor Module SAC B;
    iv. HPT Module SAC B;
    v. LPT Module SAC B;
    vi. Front Frame Repair;
    vii. Exhaust Frame Repair;
    viii. Fan Rotor;
    ix. HPC Rotor;
    x. HPT Rotor and;
    xi. LPT Rotor
    
    Response to item #4.b:
    Canada has indicated that there will be one rate as it will not
    penalize or provide an advantage to any one bidders costing
    methodology and how they account for their employees.
    It will also ease the administrative burden for Canada and the
    bidders.
    
    For planning purposes, the following are estimated hours per
    functional area:
    R&O Shop Floor:  				76,000 hrs
    Engineering / Graphics:				19,000 hrs
    Program Manager:				2,000 hrs
    Life Cycle Materiel Manager (LCMM):		6,000 hrs
    Technical Service Representative (TSR):	8,000 hrs
    CBMSS Service Representative (CSR)	:	4,000 hrs
    
    These hours are not guaranteed.
    
    
    5. Definition of the Bidder as it relates to the Mandatory
    Requirements
    
    a. There appears to be some inconsistency in the Mandatory
    Requirements and Method of
    Compliance regarding what experience/capability must be
    demonstrated by the Bidder and what
    experience/capability can be demonstrated by subcontractors. For
    example, MC-1 permits a subcontractor
    to have existing contracts and MC-3 permits a sub-contractor to
    have accreditation;
    however MC-2 requires the Bidder to have the TAA and MC-9 and
    MC-10 require the Bidder to
    demonstrate capacity and experience for MRO and Engineering
    respectively.
    
    
    Question: Can the Government provide greater clarification as to
    which Mandatory
    Requirements need to be met by the Bidder and which ones can be
    met by sub-contractors?
    Response to item #5: For MC # 1, 3, 10, 11 and 12, DND clarifies
    that these criteria include both the Bidder himself and/or the
    entity performing the Work. 
    
    
    Original Question from industry
    Referencing Solicitation W8485-14DL01/B, ANNEX B TECHNICAL
    STATEMENT OF WORK, Appendix 6 Government Furnished Equipment,
    Section 2 Table 2: R&O Tooling, please find the enclosed list
    (notlisted_F404_TOOL_REGISTER.xlsx) of items not listed in the
    reference Table 2 for review and consideration in the subject
    RFP section.
    Rationale for Consideration: In conjunction with the reference
    Table 2 items, the items listed in the enclosed (or equivalent)
    are necessary:
    1.	to carry out our existing F404 R&O Contract with PWGSC and;
    2.	to carry out the Technical Statement of Work noted in
    Solicitation W8485-14DL01/B, ANNEX B.
    
    Response to item #5:  The listing of tooling has been reviewed
    and will not be added into Appendix 6, Government Furnished and
    Non-Government Provided Equipment, Section 2, Table 2.  
    Please clarify the contents of Volume V. Section 1. Bid
    Preparation Instructions. This section identifies Section V as
    Industrial Regional Benefits, however, further in Section 1, Bid
    Preparation Instructions, the same section (Section V) is titled
    Additional Information and requests 1.1 Bidder's Proposed Site
    or Premises Requiring Safeguarding. Is this additional
    information regarding safeguarding to be included in Section V:
    IRB Bid? 
    Response to come
    
    Modified RFP documents will be posted shortly.
    
    -----------------------------------------------------------------
    -----------------------------------------------------
    Please note that for this requirement the closing date has been
    amended to March 17, 2014 at 14:00 Eastern Standard Time (EST).
    
    
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    Please note that for this requirement the closing date has been
    amended to March 10, 2014 at 14:00 Eastern Standard Time (EST).
    
    
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------Industry is hereby notified that there will be a series
    of one-on-one engagements to answer questions and provide
    clarification regarding the subject tender notice.
    
    These sessions will be conducted at 455 Boulevard de la Carrière
    on February 18, 2014 starting at 10am.
    
    Please contact Gianni Barreca at
    Gianni.Barreca@pwgsc-tpsgc.gc.ca to schedule a session and to
    provide your list of attendees.
    -----------------------------------------------------------------
    -----------------------------------------------------------------
    --------
    The Department of National Defence has a requirement to acquire
    services for the Program Support, Maintenance, Engineering,
    Material, Field Service Representatives, and Publications
    Support for the F404 Propulsion Group and ancillary components.
    
    Procurement Process and Contractor Selection
    
    In order to ensure a successful procurement, Canada will
    consider any suggestions that industry wishes to provide and
    will allow a consultative process (one on one) along with
    including responding to written questions and answers which will
    be shared with all bidders.  Requests for One-on-One sessions
    with DND and PWGSC will be entertained, but are not mandatory,
    to allow for a better understanding of the requirement and
    recommendations from industry. All industry questions will be
    documented and published on "buyandsell.gc.ca".  This
    information will also be subject to the Access to Information
    Act. Canada shall not reveal any designated proprietary
    information to third parties.
    
    This requirement is for the Department of National Defence.
    
    Industrial and Regional Benefits (IRB) will be sought and
    Bidders are required to 	commit 100% of the contract value in
    direct and indirect IRB's.
    
    Bidders must be a Canadian registered company. 
    
    Program and Materiel Support work must be performed in Canada.  
    
    A National Security Exception is associated with this
    requirement.  Therefore, a minimum of 90% of Repair and Overhaul
    Labour must be performed in Canada. 
    
    Contractors who are performing the Maintenance and Engineering
    work must be AMO accredited by Transport Canada or other
    international regulatory agencies.
    
    Contractors are required to have a Facility Security Clearance
    of SECRET and personnel who will be working DND facilities shall
    have a Personal Security Clearance of SECRET.
    
    This procurement is subject to Controlled Goods and the
    Contractors must hold a valid Controlled Goods Certificate.
    
    Exceptions:
    
    This requirement falls under DND aircraft (FSC 15) and therefore
    is excluded from, the World Trade Organization - Agreement on
    Government Procurement under Annex 4, Note 4 and, the North
    American Free Trade Agreement under Chapter 10, Annex 1001.1b-2,
    Section B, General Note 1.
    The National Security Exception under the Agreement on
    International Trade (AIT), Article 1804, was invoked for this
    procurement.
    
    Provisions of the Comprehensive Land Claims Agreements do not
    apply to this procurement, as no goods/services are to be
    delivered/performed in a land claim settlement area.
    
    
    
    Gianni Barreca
    Supply Team Leader
    PWGSC
    11 Laurier Street,
    Gatineau, Quebec 
    K1A 0S5 
    Tel: (819) 956-0181,  
    E-mail Address: Gianni.Barreca@pwgsc-tpsgc.gc.ca
    
    
    
    
    Delivery Date: 27/03/2014
    
    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
    
    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
    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
    Barreca(bb237), Gianni
    Phone
    (819) 956-0181 ( )
    Fax
    (819) 956-7173
    Address
    11 Laurier St. / 11, rue Laurier
    8C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    French
    10
    French
    6
    000
    French
    12
    004
    French
    16
    001
    English
    51
    004
    English
    35
    000
    English
    93
    005
    English
    47
    English
    71
    English
    48

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price