PURCHASE OF DASH 7 AIRCRAFT PARTS

Solicitation number T8493-220041/A

Publication date

Closing date and time 2022/12/29 14:00 EST


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Purchases Made Under Exceptionally Advantageous Cond. Short Term
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Trans Capital Air Ltd.
    Hangar 1
    Billy Bishop Toronto City Airport
    Toronto Ontario
    Canada
    M5V1A1
    Nature of Requirements: 
    
    T8493-220041/A
    Wallingford, Carol
    Telephone No. - (343) 572-1818
    Email:  carol.wallingford@pwgsc.gc.ca
    
    Trade Agreement:  • Canadian Free Trade Agreement (CFTA), World Trade Organization Agreement on Government Procurement (WTO-AGP), North American Free Trade Agreement (NAFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Free Trade Agreements with Peru / Columbia / Panama / Korea
    Tendering Procedures:  Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy:  Purchases made under exceptionally advantageous conditions, short term
    Comprehensive Land Claim Agreement:  No
    Vendor Name and Address:  TRANS CAPITAL AIR LTD., Billy Bishop Toronto City Airport | Toronto, ON M5V 1A1
    
    
    Nature of Requirements:  DeHavilland DHC-7 Aircraft Bulk Spares Package
    
    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
    
    The Aircraft Services Directorate (ASD) of Transport Canada (TC) seeks to establish a contract for the purchase of a bulk spares package to support the mission of the NASP DHC-7 aircraft.  This spares package effectively represents an initial provisioning sparing kit for the DHC-7 aircraft type and constitutes a substantially complete aircraft (including costed options for a complete prop assembly and a complete engine assembly), as selected from a serialized assembly listing of components.
    
    3 Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following mandatory requirements:
    
    The Contractor must provide all aircraft parts/aircraft components specified in section 4.1 below and all parts must be delivered in accordance with the requirements specified below: 
    3.1 All parts (including larger components such as the Propellor Assembly) must be provided with an Airworthiness Release Certificate (ARC) issued by a CAR573 Approved Maintenance Organization (AMO) including both a TCCA Form One and an AMO generated release tag (containing all applicable information from the TCCA Form One) specifying condition status "Serviceable As Removed" without warranty for serialized life-limited components and "As Removed" for all other on condition parts;
    3.2 All serialized parts removed from the aircraft must be ground function tested, cleaned, and inspected prior to packing so as to validate Maintenance Release and Certification of condition status as "Serviceable", within the twelve (12) weeks prior to TC-ASD acceptance of the parts. 
    3.3 All serialized parts / components must be provided with traceability documentation confirming relevant parts history, as well as maintenance time / installation history (hours and/or cycles and/or calendar).
    3.4 All parts must be cleaned and inspected for condition by authorized and certified personal within the contractor’s AMO, and all parts must be provided to TC-ASD with Certification, Documentation, Packing, Palletizing, Crating, ready for inspection and acceptance by TC-ASD at the delivery location located at the contractor’s facility, NLT 31 March 2023, including storage at the contractor’s facility until 31 July 2023.
    
    4 Requirements
    
    4.1 Components Overview
    
    The contractor will deliver the parts and aircraft components listed in Tables 4-1, 4-2, 4-3 and 4-4 below, in accordance with the requirements specified in this document. 
    
    Table 4-1 - Aircraft parts/components removed from DHC-7 aircraft, listed by Air Transport Association (ATA) code and Part Number.
    Table 4-2- Other parts/components removed from DHC-7 aircraft.
    Table 4-3 Propellor Assembly (Costed Option).
    Table 4-4 Engine Assembly (Costed Option) 
    
    Please contact me at carol.wallingford@pwgsc.gc.ca for the complete table of parts and components.
    
    5 Deliverables and Acceptance Criteria
    Upon contract award, the Contractor must deliver the above goods such that TC/ASD shall accept delivery of the above goods at the delivery location at the contractor’s facility NLT 31 March 2023. 
    A product acceptance process must permit TC-ASD access to the delivery location at the contractor’s facility to inspect and confirm all deliverables as specified in this document.  Upon receipt of goods, TC/ASD shall sign a delivery receipt confirming receipt of goods for each delivery.  
    The contractor must deliver the goods to TC/ASD at the delivery location in accordance with an agreed upon acceptance and Payment Schedule on or before 31 March 2023.  TC-ASD is responsible for arranging shipment of all products from the delivery location to a government of Canada location.  All costs attributable to shipping of the product are attributable to TC-ASD, not the contractor. 
    
    6 Language of Work
    
    All documentation must be in English.
    
    7 Security Requirements
    
    Not applicable 
    
    8 Travel Requirements
    
    Not applicable
    
    9 Government-Furnished Equipment/Information
    
    Not applicable
    
    10 Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the following trade agreements:
    
    • Canadian Free Trade Agreement (CFTA), World Trade Organization Agreement on Government Procurement (WTO-AGP), North American Free Trade Agreement (NAFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Free Trade Agreements with Peru / Columbia / Panama / Korea
    
    11 Justification for the Pre-Identified Supplier
    There are very few DHC-7 operators remaining in the world, and the availability of parts and components, or repair facilities, is very scarce.  It is TC-ASD's assessment that there are no other vendors that can provide the full requirement specified in accordance with this document, specifically the large quantity of serviceable parts and aircraft components, including both costed options.  Furthermore, it is TC-ASD’s belief that another supplier cannot provide the specified parts and DHC-7 aircraft components, including Certification, Documentation, Packing, Palletizing, Crating, and have all deliverables ready for inspection and acceptance by TC-ASD at the delivery location located at the contractor’s facility, NLT 31 March 2023.     
    
     
    12 Government Contracts Regulations Exception(s)
     
    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - only one person is capable of performing the contract.
      
    13 Period of the proposed contract or delivery date
    
    All the equipment must be delivered on or before March 31, 2023. 
     
    The period of the Contract is from date of Contract Award to July 31, 2023, inclusive.
    
    14 Cost estimate of the proposed contract
     
    The estimated approximate value of the contract is $ 2,700,000 USD
    
    15 Name and address of the pre-identified supplier
    
    Antoine Pappalardo     
    President      
    TRANS CAPITAL AIR LTD.
    Direct:  +1 (416) 562-2131
    Email:  apappalardo@transcapitalair.com
    
    16 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.
    
    17 Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is December 29, 2022 at 2:00 pm EST. 
     
    18 Inquiries and submission of statements of capabilities
    
    Carol Wallingford
    Supply Specialist
    Public Services and Procurement Canada
    Place du Portage, Phase III, 6A2
    11 Laurier Street
    Gatineau, QC  K1A 0S5
    Telephone: 343-572-1818
    E-mail address: Carol.Wallingford@tpsgc-pwgsc.gc.ca
    
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • 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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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:

    • Purchases Made Under Exceptionally Advantageous Conditions

    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
    Wallingford, Carol
    Phone
    (613) 572-1818 ( )
    Email
    carol.wallingford@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Portage III 7C2 - 50
    11 Laurier St./11 rue 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: