SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

R&O/STORAGE A/C FUEL CELLS & SKIS

Solicitation number W8485-14MD07/A

Publication date

Closing date and time 2015/06/19 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Genaire Limited
    Genaire Limited
    468 Niagara Stone Road
    R,R. #4
    Niagara-on-the-Lake Ontario
    Canada
    L0S1J0
    Nature of Requirements: 
    Nature of Requirement: 
    
    Repair, Overhaul, Warehousing and Maintenance of Aircraft Fuel
    Cells for the Canadian Forces aircraft fleets CC115 Buffalo,
    CC138 Twin Otter, CH124 Sea King and CT114 Tutor, and Repair and
    Overhaul of CC138 Twin Otter Aircraft Skis. 
    
    ACAN W8485-14MD07/A
    
    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 Genaire Limited,
    Niagara-on-the-Lake, Ontario, on behalf of the Department of
    National Defence (DND), for the repair, overhaul, inspection,
    re-certification, and warehousing, in an effort to restore to a
    serviceable condition, Aircraft Fuel Cells, for the Royal
    Canadian Air Force (RCAF) aircraft fleets CC115 Buffalo, CC138
    Twin Otter, CH124 Sea King and CT114 Tutor, and, for the repair
    and overhaul of aircraft skis for the CC138 Twin Otter fleet.
    
    As part of Fuel Cell Warehousing, the work involves the
    following: provision of a minimum warehouse space of 1600 cubic
    meters to store DND-owned aircraft fuel cells, that is dry,
    climate controlled year-round and able to maintain a temperature
    of 21 degrees Celsius, protected from sunlight, meeting
    regulatory codes for fire protection and health and safety, has
    secured and monitored access, and an inspection and
    re-certification system for the fuel cells to maintain assets in
    a serviceable state. The fuel cell warehousing must be
    co-located on the same premises as the inspection,
    re-certification and repair work facilities. The majority of
    these standards and/or requirements are specified in CFTO
    C-12-010-040/TR-014, Description and Maintenance of Aircraft
    Fuel Cells and Tanks.
    
    The requirement includes the provision of Technical
    Investigation and Engineering Support (TIES) services, which may
    include: Technical Investigations regarding defects and failures
    of selected equipment, and the provision of Engineering Services
    including the design, prototype, embodiment and documentation of
    approved modifications. This TIES service is provided on an "as
    and when required basis".  
    
    Together, all of the above requirement definition constitutes a
    Work Package. It is a requirement that the successful Contractor
    be capable of handling and performing the repair, overhaul,
    inspection, re-certification and warehousing of items included
    in this Work Package. Individual items are not severable from
    the requirement.  
    
    
    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:
    
    i.		The Contractor must have extensive* experience in the
    repair, overhaul, inspection, re-certification and warehousing
    of aircraft fuel cells similar in nature to those in the above
    requirement, and implementing the requirements of CFTO
    C-12-010-040/TR-014 Description and Maintenance of Aircraft Fuel
    Cells and Tanks. 
    ii.	The Contractor must have extensive* experience in repair and
    overhaul of aircraft skis used on the CC138 Twin Otter aircraft,
    iii.	The Contractor must have existing warehouse space as
    described above in paragraph 2. Definition of the Requirement,
    in accordance with CFTO C-12-010-040/TR-014, Description and
    Maintenance of Aircraft Fuel Cells and Tanks. 
    iv.	The Contractor must have current and valid formal
    airworthiness accreditation for aerospace systems in the form of
    an Approved Maintenance Organization (AMO) accreditation from
    Transport Canada, and, be a recognized supplier by the DND
    Technical Airworthiness Authority in DND's Weapons System
    Support Network (WSSN).
    v.		The Contractor must have experience in maintaining repair
    and overhaul configuration management, through completion and
    submission of Transport Canada Authorized Release Certificate
    Form One, or, use of DND's Aircraft Maintenance Management
    Information System (AMMIS).  
    vi.	The Contractor must have a current Quality system in place
    that is compliant with the requirements of ISO 9001:2008 Quality
    Management Systems.
    vii.	The Contractor must have experience providing TIES
    services, which include: defect investigations, technical
    investigations, special inspections, recommend changes and
    modifications.
    
    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/authentication and the provision of any documents
    that Canada would associate with a contractor and contractor
    facilities having been engaged in routinely/regularly providing
    the services identified above.  
    Extensive* is hereby considered to mean on-going repeatable
    performance of the required services on a daily basis whereby
    the conduct of the work is a fundamental and significant portion
    of the contractor's on-site business, and has occurred for at
    least ten (10) consecutive years within the past fifteen (15)
    years.
    
    
    
    4. Applicability of the trade agreement(s) to the procurement,
    and Limited Tendering Reasons
    
    As this is a service contract on the behalf of the Department of
    National Defence under Federal Stock Class 16, it is exempt from
    the North American Free Trade Agreement (NAFTA) in accordance
    with NAFTA Chapter 10, Annex 1001.1b-1 Section A para 2 and
    Annex 1001.1b-2, Section B General Note 1; and from the World
    Trade Organization Agreement on Government Procurement (WTO-AGP)
    in accordance with WTO-AGP Appendix 1, Annex 4, note 4. The
    Agreement
    on Internal Trade (AIT) applies and the limited tendering
    strategy as
    per Article 506.12(a) applies, "to ensure compatibility with
    existing products, to recognize exclusive rights, such as
    exclusive licences, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative."
    
    
    
    5. Justification for the Pre-Identified Supplier
    
    It is the intention of PWGSC to negotiate a contract for this
    requirement with Genaire Limited, as they are the only known
    supplier capable of providing repair, overhaul, inspection,
    re-certification and warehousing of fuel cells on-site in one
    location, as well as, repair, overhaul and maintenance of
    aircraft skis used on the CC138 Twin Otter. The supplier holds
    proprietary rights for maintenance procedures developed to
    repair and test RCAF aircraft fuel cells and refurbishment and
    maintenance procedures associated with the materials used for
    manufacturing of aircraft skis. The supplier holds proprietary
    rights for related tooling and equipment developed to perform
    fuel cell repair and testing on RCAF aircraft fuel cells. The
    supplier is an approved Original Equipment Manufacturer (OEM)
    fuel cell repair facility. In addition, the supplier holds
    Approved Maintenance Organization (AMO) Certificates in
    Components, Structures, Aeronautical Products, and in the
    Non-Destructive Testing (NDT) Category. The supplier is a DND
    Technical Airworthiness Authority recognized supplier in the
    Weapon System Support Network. Considering the capability of the
    supplier to meet both of the technical requirements and hold a
    valid AMO certification in the required categories, justifies
    the selection as the pre-identified supplier.  
    
    
    6. Government Contracts Regulations Exception(s)
    
    The following exception to the Governments Contracts Regulations
    is invoked for this procurement under subsection 6(d) - "only
    one person is capable of performing the contract."     
    
    
    7. Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    8. Period of the proposed contract or delivery date
    
    The proposed contract is for the period from contract award to
    31 March 2020, with the option to extend the term of the
    Contract for such longer periods where the life of the above
    referenced aircraft fleets exceed the current aircraft Estimated
    Life Expectancy (ELE), as authorized by DND. 
     
    
    9. Cost estimate of the proposed contract
    
    The estimated value of the proposed contract is approximately
    $2,250,000.00, applicable taxes not included. 
    
    
    10. Name and address of the pre-identified supplier
    
    Genaire Limited
    468 Niagara Stone Road, RR#4
    Niagara-On-The-Lake, Ontario
    L0S 1J0 Canada
     
    
    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 June 19, 2015, at 2:00 p.m. EST.
    
    
    13. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    William Pavlich
    Supply Specialist
    Acquisitions Branch, Defence and Major Projects Sector
    Aerospace Equipment Program Directorate - BF Division
    Public Works and Government Services Canada
    Portage III 8C1 - 65
    11 Laurier Street, Gatineau, Quebec
    K1A 0S5 Canada
    
    E-mail: william.pavlich@tpsgc-pwgsc.gc.ca 
    
    Tel.: 819-956-0146
    Fax:  819-956-9110
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Pavlich(129bf), William
    Phone
    (819) 956-0146 ( )
    Fax
    (819) 997-0437
    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    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: