(NISO) for Repair, overhaul, modification, exchange and/or
replace RR250 engine

Solicitation number M9010-130705/A

Publication date

Closing date and time 2012/07/23 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    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: 
    This amendement 003 is to insert the revised Part 5
    Certification Clause which includes the 
    Code of Conduct Certifications - Consent to a Criminal Record
    Verification.
    
    
    
    S.O. ROLLS ROYCE 250 SERIES ENGINES
    
    Michel Côté
    Telephone No. - (819) 956-0118 (    )
    Fax No. - (819) 997-0437
    
    Repair, overhaul, modification, exchange and/or replacement of
    Rolls Royce 250 series aircraft engines, components and
    associated accessories on an "as and when" required basis for
    the R.C.M.P for the period August 1st, 2012 to March 31, 2014.
    
    It is the intention of Public Works and Government Services
    Canada to issue Standing Offer Agreements to qualified Suppliers
    that meet the mandatory requirements of the Request for Standing
    Offer (RFSO). The contractor must be DOT or FAA certified to
    perform the work and may only embody parts that are Original
    Equipment Manufacture or OEM approved.
    
    
    Mandatory Requirements
    
    M1 - The Offeror must comply with the terms and conditions of
    this solicitation; (A statement of compliance for each RFSO
    numbered clause is required. It is the responsibility of the
    offeror to identify and address any exception(s). The offeror
    must clearly demonstrate that the exception(s) will be fully
    covered by another deliverable, otherwise the offeror will be
    considered as non-compliant. Preference will be given to
    offeror's requesting a minimum of exceptions. If you comply to a
    clause, please express your compliance with few words such as
    "Read, understood and agreed". Expand only when there is an
    exception. Keep it simple.)
    
    M2- The offerors proposal must be valid for 60 days from closing
    date
    
    
    M3 - The offeror must be a Transport Canada or an FAA Approved
    Parts Distributor for communication, navigation, and/or
    autoflight instruments and/or equipment and provide the
    certification showing this approval. Airworthiness certification
    must accompany each unit as laid out by the Canadian Aviation
    Regulations (CARs).
    
    M4 - The offeror must provide the following certification:
    ("We hereby certify that the price quoted is not in excess of
    the lowest price charged anyone else, including our most
    favoured customer for like quantity and quality of the product").
    
    M5 - The offeror must sell/provide only parts that are specified
    in the call up that have been produced by the Original Equipment
    Manufacturer (OEM), or the original parts manufacturer. Parts
    Manufacturer Authority shall not be used without prior approval.
    
    M6 - Offerors must identify key technical problems, if any, and
    outline solutions for each call up. (Identification of problems
    and justification of solutions is the responsibility of the
    contractor).
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Coté, Michel
    Phone
    (819) 956-0118 ( )
    Fax
    (819) 997-0437
    Address
    Portage III 8C1 - 50
    11 Laurier St./11 reu Laurier
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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.

    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
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.