PC-12 PILATUS AIRCRAFT FLEET
Solicitation number M7594-150379/A
Publication date
Closing date and time 2014/06/30 14:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: Generally only one firm has been invited to bid Attachment: None Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Pilatus PC-12 Centre Canada Inc. V.Kelner Pilatus Center 201 Kelner Place Thunder Bay Ontario Canada P7E6V3 Nature of Requirements: M7594-150379/A Cormier, Manon Telephone: (819) 956-0512 Fax: (819) 997-0437 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. Definition of the requirement The Royal Canadian Mountain Police (RCMP) has a requirement to establish a National Individual Standing Offer (NISO) to provide repair and overhaul services on the PC-12 Pilatus aircraft fleet operated by Air Services Branch and supply spare parts and exchange parts. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) The supplier must be an authorized manufacturer and/or distributor of the Original Equipment Manufacturer (OEM), Pilatus Aircraft Ltd, and be an approved FAA/DOT approved supplier. Any interested supplier must demonstrate by way of a statement of capabilities that its company can provide the repair and overhaul services on the PC-12 Pilatus aircraft and can provide manufacturer approved spare parts and/or exchange parts. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement: Agreement on Internal Trade (AIT) is applicable. Justification for the Pre-Identified Supplier The supplier, V. Kelner Pilatus Ltd., is known to be the sole manufacturer and distributor for the PC-12 Pilatus aircraft fleet for Canada. This vendor is FAA/DOT approved and supplies parts manufactured or approved by the original equipment manufacturer (OEM) Pilatus Aircraft Ltd. The pre-identified supplier has been identified as the only supplier capable of performing the work. Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work". Exclusions and/or Limited Tendering Reasons The following exclusion(s) and/or limited tendering reasons are invoked as follow: NAFTA exempt as per Annex 1001.1b-2, Section A (FSC 16); and WTO-AGP exempt as per Annex 1 (article 78 RCMP). CLCAs are not applicable to this procurement, as Work will not be delivered to, nor conducted within CLCA areas. The Procurement Strategy for Aboriginal business is not applicable as the services will not be delivered to or for an Aboriginal population. Period of the proposed contract The NISO proposed period is for three years with two one year option as follow: YEAR 1: September 1, 2014 to March 31, 2015 YEAR 2: April 1, 2015 to March 31, 2016 YEAR 3: April 1, 2016 to March 31, 2017 OPTION: two (2) one (1) year option Cost estimate of the proposed contract $1,356,000.00 USD (GST/HST Included) for a 3 years period for a total of $4,068,000.00 USD; and $1,356,000.00 USD (GST/HST Included) for two one year option for a total of $2,712,000.00 USD. Name and address of the pre-identified supplier Pilatus PC-12 Centre Canada Inc. V.Kelner Pilatus Center 201 Kelner Place Thunder Bay, Ontario P7E6V3 Canada 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. Closing date for a submission of a statement of capabilities June 30, 2014 at 02:00 PM (Eastern Daylight Saving Time) Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Manon Cormier Supply Specialist, Civilian Aircraft Division (CAG) Defense and Major Project Sector, Acquisitions Branch Public Works and Services Canada (PWGSC) Place du Portage, Phase III, 8C1, 11 Laurier, Gatineau QC K1A 0S5 Government of Canada Telephone: (819) 956-0512 Fax: (819) 997-0437 manon.cormier@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
-
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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Cormier, Manon
- Phone
- (819) 956-0512 ( )
- Fax
- (819) 997-0437
- Address
-
Portage III 8C1 - 50
11 Laurier St./11 reu LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Royal Canadian Mounted Police
- Address
-
73 Leikin DrOttawa, Ontario, K1AOR2Canada
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.