SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

A310-300 AIRBUS FFS TRAINING SVCS

Solicitation number W8485-163139/A

Publication date

Closing date and time 2015/08/25 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Lufthansa Flight Training Gmbh
    Lufthansa Flight Training
    Airport Ring, Tor 24
    Germany
    60549
    Nature of Requirements: 
    CC150 POLARIS - AIRBUS A310-300 FULL FLIGHT SIMULATOR TRAINING
    SERVICES
    
    W8485-163139/A	
    Chauvin, Lorraine
    Telephone No. - (819) 956-0559 
    Fax No. - (819) 956-9110
    
    Nature of Requirement:
    
    8 Wing Trenton's 426 Transport Squadron (426(T) Sqn) and 437
    Transport Squadron (437(T) Sqn) require Dry Lease Full Flight
    Simulator (FFS) training on an "as and when requested basis" to
    meet RCAF/DND training requirements for CC150 Polaris pilots.
    The CC150 Polaris is a militarized Airbus Model A310-300
    aircraft. 
    
    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. Definition of the Requirement:
    
    PWGSC intends to negotiate a contract with Lufthansa Flight
    Training GmbH, of Frankfurt, Germany, on behalf of the
    Department of National Defence (DND), for the Dry Lease of its
    FFS A310-300 on an "as and when requested basis" to meet
    RCAF/DND training requirements for CC150 Polaris pilots.
    
    The CC150 Polaris First Officer Training Plan requires its
    426(T) Sqn student pilots to conduct sixty (60) hours of
    simulation training per course. RCAF Flight Operations Manual
    requires that 437(T) Sqn pilots conduct twelve (12) hours of
    simulation training semi-annually, for a total of tenty-four
    (24) hours per year.  
    
    2.1	426 Transport Squadron:
    
    The Contractor must provide the use of the dry lease FFS when
    required for a minimum 120 hours per contract year comprised of
    two courses of 60 hours per course, to a maximum of 240 hours
    per contract year comprised of four courses of 60 hours per
    course. The Contractor must provide the dry lease FFS and
    contractor personnel between 0600 and 2200 local time provided
    that DND books FFS time at least 3 months in advance. The 60
    hours of training per course must be broken down into four hour
    training sessions with a total of 15 sessions within a 23 day
    period. These four hour sessions should be conducted between the
    hours of 0800 and 2100 local time allowing time for a two hour
    pre-briefing and one hour post flight de-briefing.
    
    2.2	437 Transport Squadron:
    
    The Contractor must provide the use of the dry lease FFS when
    required for an estimated 340 hours per contract year. These
    hours must be grouped into 3 consecutive training days of 4 hour
    sessions each. The Contractor must provide the dry lease FFS and
    contractor personnel between 0600 and 2200 local time provided
    that DND books FFS time at least 3 months in advance.  These
    four-hour sessions should be conducted between the hours of 0800
    and 2100 local time, allowing time for a two hour pre-briefing
    and one hour post flight de-briefing.
    
    2.3	Contractor Furnished Equipment:
    
    The Contractor must provide to DND a designated briefing room
    within the same building as the dry lease FFS, for the purpose
    of conducting pre-flight and post-flight briefings. These
    briefings will be conducted by RCAF personnel prior to and
    following each training session as stated in 2.1 and 2.2.
    
    The designated briefing room must consist of an office table
    with minimum three chairs, a dry erase board with a minimum of
    two different colour markers, Scale pictures of the A310-300 FFS
    cockpit instruments fixed to the wall, depicting actual dry
    lease FFS layout of cockpit instruments/switches.  A computer
    with internet access and a printer and a photo copier must be
    accessible and in close proximity to the briefing room.
    
    2.4	The Full-Flight Simulator must consist of:
    
    A) Model of Aircraft: A310-300;
    B) Flight Deck: Engines/Systems configured for GE CF6-80C2A2
    with N1 indications and matching performance flight modelling;
    C) Fuel System: Contains a Trim Tank System with operational
    Centre of Gravity Control Computer (GCGG) system;
    D) CMC Electronics FMS CMA-9000 configuration with quick change
    capability. Refer to para 2.5 for further details;
    E) At least 20 airport scenes with graphical and terrain
    database to simulate various forms of terrain including
    mountainous operations;
    F) Airport scenes that are capable of weather limits to CAT I /
    II / IIIA / IIIB;
    G) Simulation of contaminated runway conditions including visual
    cues;
    H) User friendly instructor interface including aircraft
    position monitoring;
    I) All capabilities and functions of the FFS must be fully
    operational and serviceable during the training sessions to
    ensure training objectives are met;
    J) The flight FFS must be capable of 3 axis motion, instrument
    outputs, control feedback, audio, and visual to a minimum
    equivalent of Level C; and
    K) To the maximum extent possible, the cockpit layout and
    control functions of the A310-300 Airbus flight FFS should
    emulate the CC-150 Polaris.
    
    2.5 	CMC Electronics CMA-9000 Flight Management System (FMS):
    
    DND can provide the contractor, through a temporary loan
    agreement, with two (2) CMC Electronics FMS Model CMA-9000 units
    if these are not normally part of the FFS. DND will provide a
    spare, if required, through CMC/AOG. These FMS units will be
    configured with the current/latgest FMS software version for the
    CC150 and the current/latest Navigation Database.
    
    These FMS units must only be used by DND personnel. The
    contractor will install them in the FFS for DND personnel before
    each FFS session. The contractor will remove them after each
    session.
    
    The FFS should be outfitted for quick change capability of the
    CMA-9000 units and the contractor must allow time for
    installation and removal of the FMS before and after each
    four-hour session so that DND gets a full four-hour session of
    training. 
    
    
    3. Criteria for assessment of the Statement of Capabilities
    (Minimum Mandatory Requirements):
    
    Any interested supplier must demonstrate by way of a verifiable*
    statement of capabilities that it meets ALL of the following
    requirements:
    
    3.1	Contractor certification that its Full-Flight Simulator
    complies with the requirements of paragraph 2.4;
    3.2	Contractor certification that it can provide the use of the
    dry lease FFS when required to fulfill the requirements of
    paragraphs 2.1 and 2.2;
    3.3	Contractor certification that it can provide the use of a
    designated briefing room, as described at paragraph 2.3.
    
    Notes:
    
    Verifiable* is considered to include the conduct of an
    inspection or inspections of the contractor's facilities by
    Canada and/or Canada's duly appointed representatives, to be
    determined at the sole discretion of Canada, as well as
    submission to Canada of any requested certifications of
    accreditation/authentification.
    
    
    4. Applicability of the trade agreements(s) to the procurement,
    and Limited Tendering reasons:
    
    This procurement is subject to the provisions of the North
    American Free Trade Agreement (NAFTA), to the World Trade
    Organization Agreement on Government Procurement (WTO-AGP), and
    to the Agreement on Internal Trade (AIT). The limited tendering
    strategy as per Government Contract Regulations Article 6. (d)
    applies: "only one person is capable of performing the contract."
    
    
    5. Justification for the Pre-Identified Supplier:
    
    It is the intention of Public Works and Government Services
    Canada to negotiate a contract for this requirement with
    Lufthansa Flight Training GmbH, as they are the only know
    supplier with a Full Flight Simulator with the Minimum Mandatory
    Requirements listed at paragraph 2.4. 
    
    
    6. Government Contracts Regulations Exception(s):
    
    The exception to the Government Contracts Regulations is invoked
    for this procurement under subsection 6(d) - "only one person is
    capable of performing the contract."
    
    
    7. Period of the proposed contract or delivery date:
    
    The proposed contract is for a period of four years, from 1
    January 2016 to 31 December 2019. 
    
    
    8. Cost estimate of the proposed contract:
    
    The estimated value of the proposed contract is approximately
    $1,896,000.00, applicable taxes not included.
    
    
    9. Name and address of the pre-identified supplier:
    
    Lufthansa Flight Training GmbH
    Airport Ring, Tor 24
    Frankfurt
    60549 Germany
    
    
    10. 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 contract 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.
    
    
    11. Closing date for a submission of a statement of capabilities:
    
    The closing date and time for accepting statements of
    capabilities is indicated 25 August 2015 at 14h00 EDST.
    Statements of capabilities must be sent directly to the
    contracting officer identified below.
    
    12. Inquiries and submission of capabilities are to be directed
    to:
    
    Lorraine Chauvin or Mohamed Khalid
    Supply Specialist
    Public Works and Government Services Canada
    Place du Portage, Phase III,  Tower C, 
    11 Laurier Street,
    Gatineau, Quebec 
    K1A 0S5 
    Tel: (L Chauvin) 819-956-0559
    Tel: (M Khalid) 819-956-0159
    Fax: (819) 956-9110
    Email address: lorraine.chauvin@tpsgc-pwgsc.gc.ca
    Email address: mohamed.khalid@tpsgc-pwgsc.gc.ca
    
    
    ACAN Process 
    
    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.
    
    Canada 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Chauvin, Lorraine
    Phone
    (819) 956-0559 ( )
    Fax
    (819) 956-9110
    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

    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)
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: