Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, April 19, 10:00 am until 1:00 pm (EDT)

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

KING AIR C90A AVIONICS UPGRADE

Solicitation number T8493-180034/A

Publication date

Closing date and time 2018/11/23 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Elliott Aviation of the Quad Cities, Inc.
    P.O. Box 100
    Moline Illinois
    United States
    61266-0100
    Nature of Requirements: 
    
    Nature of Requirements:
    1. KING AIR C90A AVIONICS UPGRADE  
    Contractor is to upgrade the avionics suite in up to 6 King Air C90A aircraft, as follows:
    
    
    INST. # INSTRUCTIONS 
    INST. 1.0 EXPECTED NUMBER OF INSTALLATIONS:
    Transport Canada expects the installation of the avionics suite in up to 6 aircraft:
    1) As minimum, 1 aircraft will be done.
    2) The bidder is to provide a firm fixed price for each of the other airframes.
    3) The validity period must extend to 31 Mar 2021.
    
    INST. 1.1 GENERAL DESCRIPTION OF THE BASIC COCKPIT CONFIGURATION REQUIRED ON EACH AIRCRAFT
    The Basic work required will consist of the installation of a Garmin 1000 system with the following as minimum:
    a. three Electronic Flight Instrument Displays (EFIS) including two Primary Flight Displays (PFD) and one centrally located Multi-function Display (MFD) with reversionary switching. 
    b. Global Navigation Satellite System (GNSS)
    c. dual Attitude Heading and Reference System (AHRS), Garmin GRS 7800
    d. digital auto-pilot system,
    e. colour weather radar,
    f. dual VHF communication and  navigation radios, 
    g. dual mode ""S"" transponders,
    h. Terrain Awareness Warning System (TAWS), Garmin 1000 TAWS A
    i. Traffic Collision and Avoidance System (TCAS), Garmin GTS-855 B6
    j. ADS/B Out
    k. Stormscope System (L3 WX-500)
    l. Satcom/international weather, Garmin GDL 59 Receiver
    m. Garmin Electronic stability Protection (ESP) for KA-300/350
    n. All associated trays, wiring and structural components necessary to complete the package upgrade. 
    
    The present lightning detection system in aircraft is to be upgraded/replaced and be displayed on the EFIS flight display system. 
    
    INST. 1.2 REQUIREMENT FOR TC VALIDATED STC/LSTC MODIFICATION PROGRAM   
    1) It is not the intention of Aircraft Services to embark on a major development and certification program for this upgrade. Each proposal must be based on an existing Supplementary Type Certificate (STC) for Avionics Upgrade applicable to the King Air C90A aircraft in place at the time of bidding. Revision to an existing STC may be required to incorporate the mandatory and optional requirements. The solution proposed must meet Transport Canada type design requirements.                                                                                   2) The contractor will provide a complete set of all supplementary publications in support of the proposed installation for each aircraft. The publications must be in electronic and hard copy format. Publications that are required to be carried onboard the aircraft must be in hard copy and electronic versions compatible with Electronic Flight Bag (EFB) platforms.
    
    INST. 1.3 THE BIDDER WILL ADDRESS THE TIME FRAME AND LOCATION WHERE THE MODIFICATIONS WILL TAKE PLACE    
    1) It is expected there will be a scheduled lead time from contract award until the first aircraft enters the contractor’s facility for modification. It is desirable that the first aircraft to enter the modification in program 6 weeks after contract award.
    2) The subsequent five (5) aircraft will follow a schedule to be mutually agreed upon by the successful bidder and Aircraft Services however, all work is to be completed by July 1, 2020 or before. Estimate 4 weeks per aircraft for the on-aircraft portion of the upgrade.
    3)  All aircraft will be upgraded by the successful bidder using the bidders’ resources at the bidders’ facility. 
    
    INST. 1.4      OPTIONS ARE LISTED SEPARATELY UNDER REQ. 6.0
    Optional requirements may be added to the modification program scope once the minimum configuration cost is determined.  The Bidder must include the cost of these options as these items may be included in the final configuration as selected by Transport Canada Aircraft Services.
    
    INST. 1.5 ASD APPROVAL REQUIREMENT BEFORE WORK ON AIRCRAFT BEGINS
    1)  All TAWS, TCAS, vertical/directional gyro information, radar, lightning detection, FMS status/navigation information, VNAV/RNAV status, VHF navigation status /position, and autoflight status, VHF NAV/COM control information, engine indication and any other required indications will be displayed on the EFIS as required.
    2) The concept of this aircraft retrofit is to provide a cockpit to the same configuration as that provided to Transport Canada in 2014 including the necessary added systems to meet upcoming regulatory requirements. Aircraft Services must approve the proposed cockpit, equipment, design, layout, capabilities and functionality to be validated by the contractor through the STC process.
     
    Mandatory Requirements 
    REQ. 2.0 The proposed system retrofit Transport Canada validated STC must meet the minimum airworthiness requirements as laid out in the original King Air C90A Canadian Type Certificate. This includes all flight parameters and operational approvals that the aircraft is presently certified for as delivered by Beechcraft with no additional restrictions imposed on the aircraft operation as a result of the bidders avionics retrofit.
    REQ. 2.1 The equipment specified in the STC kits must be delivered with the appropriate airworthiness release documentation, FAA 8130 (http://www.faa.gov/documentLibrary/media/Form/8130-3.pdf) or TC FORM ONE (http://www.tc.gc.ca/media/documents/ca-standards/maintenance-release-en.pdf) or other acceptable means of showing conformity as per AC571-024 and concurrence with ASD Maintenance Control Manual requirements. 
    REQ. 2.2 The integrated system and software used must meet minimum certification requirements required by Canadian Aviation Regulation (CAR) Part V, Chapter 523 as applicable. (http://www.tc.gc.ca/eng/civilaviation/regserv/cars/part5-standards-523-menu-696.htm)
    REQ. 2.3 The bidder must have a current Transport Canada, Approved Maintenance Organization (AMO) approval or a FAA Certified Repair Station Approval appropriately rated for major modifications and avionics retrofits and be approved to work on Canadian registered commercially operated KingAir C90A aircraft. Bidders authorized under a FAA Certified Repair Station Approval must demonstrate compliance with the Bilateral Aviation Safety Agreement (BASA) and Maintenance Implementation Procedures (MIP) between the United States and Canada. Proof of AMO approval or FAA Certified Repair Station Approval showing compliance with BASA-MIP must be supplied with each bid.
    REQ. 2.4 The bidder must be an avionics manufacturer approved distributor for the solution they are proposing and provide documentation from the manufacturer showing that they are a recognized installation specialist for the avionics retrofit package proposed to Transport Canada Aircraft Services.
    REQ. 2.5 The bidder must provide at least three (3) letter of reference detailing the completion of an equivalent level avionics installation on Beechcraft KingAir C90A aircraft.
    REQ. 2.6 The bidder must allow access to their facilities and the aircraft for selected ASD technical and PWGSC contracting personnel for bid company validation, progress meetings, ongoing review of the modification program, system power up, testing, certification, flight test and aircraft acceptance.
    REQ. 2.7 The bidder must provide an estimate of flight hours and identify the evaluation program required to certify the initial STC aircraft and the estimated flight hours and evaluation required to complete the STC installation on the remaining four aircraft. 
    REQ. 2.8 The proposal must be based on existing STC applicable to Beechcraft KingAir C90A model aircraft and acceptable to Canada through the STC familiarization process. The STC will incorporate a minimum of a single pilot and a single co-pilot PFD, single MFD, dual Global Navigation Satellite System (GNSS) incorporating a Wide Area Augmentation System (WAAS), Class B Terrain Awareness Warning System (TAWS), Traffic Collision Avoidance System (TCAS) and Digital 3-axis dual channel Automatic Flight Control System (AFCS) at the time of bidding. Bidder must identify all portions of the proposed solution for which existing STC applicable to Beechcraft King Air C90A model aircraft have been issued at the time of bid. A copy of the STC certificates to be provided at time of bid submission.
     
    REQ 3.0 Installation of integrated Electronic Flight Instrument Displays
    REQ. 3.01 Must include one new primary flight display (PFD) for left crew station
    REQ. 3.02 Must include one new primary flight display (PFD) for right crew station
    REQ. 3.03 Must include one Multi-function display (MFD) incorporating electronic engine indication visible to both crew stations
    REQ. 3.04 Each PFD and MFD must have a minimum diagonal screen size of eight (8) inches
    REQ. 3.05 The MFD must be able to display instrument approach procedures and textural and graphical weather information
    REQ. 3.06 Must have identical functionality at both crew stations
    REQ. 3.07 Must integrate with a single ADF-60A system with a replacement (new or used) CTL-62 ADF control head with an active standby frequency selection, located in the pedestal, and an existing single ADF receiver installed in the nose avionics bay.  The contractor must return the surplus existing second ADF receiver to the Technical Authority.
    REQ. 3.08 Must display distance information from the existing DME 42 source
    REQ. 3.09 Must display Altitude information from the existing ALT 50A Radar altimeter source
    REQ. 3.10 Must display Weather Radar information from a weather radar source
    REQ. 3.11 Must display lightning information from the existing lightning detection source
    REQ. 3.12 Must display traffic information from traffic alerting source
    REQ. 3.13 Must include reversionary switching in the event of a failed component or display that can be accomplished with minimal delay requiring minimal input from the flight-crew
     
    REQ. 4.0 Installation of Integrated Digital Flight Control System and Avionics Suite
    REQ. 4.1 Must include new dual Global Navigation Satellite System (GNSS) incorporating a Wide Area Augmentation System (WAAS)
    REQ. 4.2 Must include new dual Attitude Heading and Reference System (AHRS)
    REQ. 4.3 Must be capable of navigation in Northern Domestic Airspace (NDA)
    REQ. 4.4 Must be capable of Instrument approach procedures using true or magnetic heading and coupled vertical guidance
    REQ. 4.5 Must include one new Digital 3-axis dual channel Automatic Flight Control System (AFCS) with control available to both crew stations
    REQ. 4.6 Must include Flight Management controller with control accessible to both crew stations
    REQ. 4.7 Must include Class B Terrain Awareness Warning System (TAWS) including terrain and obstacle databases
    REQ. 4.8 Must include one new Traffic Collision Avoidance System (Level 1) incorporating aural and visual indication to both crew stations displayed on the cockpit EFIS as selected
    REQ. 4.9 Must include new Dual VHF Communication Transceivers with control available to both crew stations
    REQ. 4.10 Must include new Dual VHF Navigation Transceivers with control available to both crew stations
    REQ. 4.11 Must include new Dual ADS-B OUT Transponders with Extended Squitter (DO-260B (V2)) and control available to both crew stations
    REQ. 4.12 Must include new Dual Audio Panels, one accessible to each flight crew station
    REQ. 4.13 Must integrate with existing ALT 50A Radar Altimeter source and display on EFIS flight display system as selected
    REQ. 4.14 Not applicable
    REQ. 4.15 Must integrate with existing dual ADF 60A receivers
    REQ. 4.16 Must integrate with existing single DME 42
    REQ. 4.17 Must include lightning detection system and display on EFIS flight display system as selected
    REQ. 4.18 Must include one new digital colour Weather Radar with stabilization and display on EFIS as selected
    REQ. 4.19 Must include new digital standby flight instrumentation visible to both crew stations
    REQ. 4.20 Reversion to standby instrumentation must be automatic and not require pilot input
    REQ. 4.21 Must display all navigation data, including FMS, TAWS and TCAS on the EFIS as selected
    REQ. 4.22 Must provide all structural components required to support the proposed installation including a new instrument panel blank, avionics shelves, racks, mounts, doublers, reinforcements, tabs, standoffs and associated hardware.
    REQ. 4.23 Must provide all structural engineering and approval for repairs, modifications or structural changes including Instructions for Continued Airworthiness (ICA), Structural Limitations and weight and balance data required to support the proposed avionics installation.
    REQ. 4.24 The installation must comply with the all applicable Canadian Airworthiness Regulations (CARs) and standards for which the aircraft is currently approved. Reference, CAR 523 - Normal, Utility, Aerobatic And Commuter Category Aeroplanes, CAR 605 - Aircraft Requirements, CAR 702 - Aerial Work and CAR 703 - Air Taxi Operations. (http://www.tc.gc.ca/eng/civilaviation/regserv/cars/menu.htm)
    REQ. 4.25 Any duplicate indicators and flight system annunciators for which the information can be displayed on the EFIS system are to be removed. 
     
    REQ. 5.0 DOCUMENT DELIVERABLE FORMAT 
    The bidder will deliver all documentation necessary to install and maintain the proposed installation to Aircraft Services. Where possible all documents are to be delivered in native format. Additionally, weight and balance/equipment list data is to be delivered in Excel format and all electrical and mechanical drawings are to be delivered in AutoCAD format. If this is not possible due to proprietary issues, electronic documents may be delivered in PDF format.                    REQ. 5.1 ALL COMPLETED AIRCRAFT TO BE DELIVERED WITH THE FOLLOWING DOCUMENTATION AS APPLICABLE
    1) STC, RDC, EO, RD, and PDA/PMA as applicable.
    2) Minimum Equipment List - The STC holder must address any relief for defective equipment for the new system installations in either the FAA MMEL or TC MMEL Supplement as applicable.
    3) The aircraft must be delivered with an FAA 337 or Major Repair or Major Modification Report as applicable.
    4) All appropriate aircraft technical record entries including maintenance release certifications for all work performed.
    5) Weight and moment change data list to include an amended weight and balance report with an amended equipment list for all equipment removals and new installations.
    6) Electrical Load Analysis (ELA) in native Microsoft Excel 
    7) Approved AFM Supplement
    8)  Pilot guides, Operators Manuals
    9) Electrical Drawings in native Autocad Format as per INST 1.1
    10) Mechanical Drawings in native Autocad Format as per INST 1.1
    11) Access to System OEM Installation Manuals as per INST 1.1
    12) Registration for OEM Service Bulletins and Technical Info as per INST 1.1                                                            
    13) Maintenance Manual Supplement
    14) Instructions for Continuing Airworthiness (ICA)
    15) Airworthiness Limitations 
    16) If available, C90A 3D models of exterior and interiors
    17) List of hardware part number and associated software version of all added LRUs
    18) A list of software loads for each LRU requiring a software load at installation or for database updates.
     
    REQ. 6.0 OPTIONS
    REQ. 6.1 Must include four (4) additional cabin crew Audio Control Panels with:
    REQ. 6.2 Receive audio for all available communication radios
    REQ. 6.3 Transmit audio for all available communication radio except VHF Comm No 1 and VHF Comm no 2;
    REQ. 6.4 Transmit and receive intercom audio to Cockpit;
    REQ. 6.5 Ability to isolate intercom audio from cockpit crew;
    REQ. 6.6 Annunciate Isolation mode of operation between cockpit and cabin crew;
    REQ. 6.7 Select and annunciate Call modes between the cockpit and cabin crew; and 
    REQ. 6.8 Identify the capability of adding additional communication radios selections to the cabin crew audio control panels.
    REQ. 6.9 Describe the available technical data required to design future customization of the cabin audio system.
    
    2. GOVERNMENT CONTRACTS REGULATIONS (GCR) EXCEPTION AND LIMITED
     TENDERING REASON, IF APPLICABLE:  
    GCR Part 1, Section 6 d) only one supplier (person or firm) is
    capable of performing the contract.
    
    3. BACKGROUND AND JUSTIFICATION
    It is proposed to contract with Elliott Aviation, Moline, Illinois, the 
    developer and integrator of the proprietary glass panel avionics suite in existing Transport Canada King Air C90A aircraft, for additional deliveries of interchangeable equipment. 
    
    4.    THE FOLLOWING LIMITED TENDERING REASONS PERTAIN TO THIS
    REQUIREMENT:
    
    WTO-AGP - ARTICLE XV
    1b) for works of art or for reasons connected with the protection of 
    exclusive rights, such as patents or copyrights, or in the absence of 
    competition for technical reasons, the products or services can be 
    supplied only by a particular supplier and no reasonable alternative or 
    substitute exists;
    1d) for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installations, or as the extension of existing supplies, services, or installations where a change of supplier would compel the entity to procure  equipment or services not meeting requirements of inter
    changeability with already existing equipment or services;
    
    CETA ARTICLE 19.12
    1b) (ii) the protection of patents, copyrights or other exclusive rights; 
    1c) for additional deliveries by the original supplier of goods or services that were not included in the initial procurement if a change of supplier for such additional goods or services: (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services or installations procured under the initial procurement; and (ii) would cause significant inconvenience or substantial duplication of costs for the procuring entity;
    
    NAFTA - ARTICLE 1016
    2b) for works of art, or for reasons connected with the protection of 
    patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    2d) for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not
    meeting requirements of inter changeability with already
    existing equipment or services, including software to the extent that 
    the initial procurement of the software was covered by this Chapter;
    
    CFTA - ARTICLE 513
    1b) for the protection of patents, copyrights, or other exclusive rights;
    1c) for additional deliveries by the original supplier of
    goods or services that were not included in the initial
    procurement, if a change of supplier for such additional
    goods or services:
    (i) cannot be made for economic or technical reasons
    such as requirements of interchangeability or
    interoperability with existing equipment, software,
    services, or installations procured under the initial
    procurement; and
    (ii) would cause significant inconvenience or substantial
    duplication of costs for the procuring entity.
    
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business
    This procurement is not subject to any set-asides for Aboriginal Suppliers.
    
    6. Comprehensive Land Claims Agreement (s)
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    
    
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    McMartin, Dugald
    Phone
    (873) 469-3821 ( )
    Email
    dugald.mcmartin@tpsgc-pwgsc.gc.ca
    Fax
    (819) 997-0437
    Address
    Portage III 8C1 - 50
    11 Laurier St./11 reu Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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)
    Procurement method
    Non-Competitive

    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: