PN 8800-137 NLG SHOCK STRUT ASSBLY

Solicitation number T8493-180044/A

Publication date

Closing date and time 2019/02/04 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    SAFRAN LANDING SYSTEMS CANADA INC./SAFRAN SYSTEMES D'ATTERRISSAGE CANADA INC.
    574 Monarch Avenue
    Ajax Ontario
    Canada
    L1S2G8
    Nature of Requirements: 
    
    PN 8800-137 NOSE LANDING GEAR SHOCK STRUT ASSEMBLY
    
    T8493--180044/A
    Long, Rick
    Telephone No. - (873) 469-3868 (    )
    Email: Rick.Long@pwgsc-tpsgc.gc.ca
    
    
    1. 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 Department of Transport Canada Aircraft Services Directorate has a requirement for the supply of one serviceable new condition Dash-8 100 Series aircraft nose landing gear strut assembly PN 8800-137 on exchange of its existing time expired assembly of the same part number by Feb 28, 2018. The product must be in new serviceable condition with zero cycles accrued from date of manufacture and supported by a Transport Canada Form One Authorized Release Certificate documentation. The unit required is specifically a PN 8800-137 configuration manufactured by Safran Landing Systems or its predecessors.
    
    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 product meets the following requirements: 
    A Safran Landing Systems PN 8800-137 is specified in the Dash-8 100 Illustrated Parts Catalog (IPC) chapter 32-20-00 figure 15 item 975H as the current production standard and the required replacement for the existing assembly in Transport Canada’s aircraft.  The part number will be identified on the assembly data plate in conjunction with the assembly’s assigned serial number. The assembly part and serial number will be documented and certified on the Transport Canada Form One Authorized Release Certificate. The assembly being in new condition must have 10 years and 60000 cycles of serviceable life remaining on the assembly and life limited components of the assembly consisting of; outer cylinder, inner cylinder, piston, axel and trailing arm.
    
    4. Applicability of the trade agreement(s) to the procurement 
     
    This requirement is subject to the provisions of the North American Free Trade Agreement (NAFTA), the World Trade Organization - Agreement on Government Procurement (WTO-AGP), the Canada Chile Free Trade Agreement (CCFTA), the Canada Peru Free Trade Agreement (CPFTA), and the Canadian Free Trade Agreement (CFTA)
    
    5. Set-aside under the Procurement Strategy for Aboriginal Business
     
    Not Applicable.
    
     
    6. Comprehensive Land Claims Agreement(s)
      
    Not Applicable.
    
    7. Justification for the Pre-Identified Supplier 
    
    Safran Landing Systems is the manufacturer and source of new landing gear assemblies of the type specified and configuration required. Safran Landing Systems has new inventory available to ship, meet the requirement date specified and accept in exchange Transport Canada’s time expired assembly.  
    
    8. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 10.2 Section 6(d) - "only one person is capable of performing the work").
    
    9. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    
    Canadian Free Trade Agreement Article 513 1. b. where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists;
    
    World Trade Organization - Agreement on Government Procurement
    WTO Article XV, 1(b) when, 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;
     
    North American Free Trade Agreement
    NAFTA 1016: 2.(b) 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.
    
    10. Ownership of Intellectual Property.
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    11. The period of the proposed contract or the delivery date(s).
    
    The unit must be delivered by 28 February 2019. 
    
    12. Name and address of the pre-identified supplier:
    
    Name:   Safran Landing Systems Canada Inc.
    Address:  574 Monarch Avenue, Ajax, Ontario L1S 2G8
     
    13. 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.
    
    14. The closing date for a submission of a statement of capabilities. 
    
    The closing date and time for accepting statements of capabilities is 04 February 2019 at 2:00 p.m. EST.
    
    15. Inquiries and statements of capabilities are to be directed to: 
    Name: Rick Long, Supply Specialist
    Address: 11 Laurier Street, Gatineau, Quebec  K1A 0S5, PDP III-8C1
    Telephone: (873) 469-3868
    Email: Rick.Long@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-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
    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
    Long, Rick
    Phone
    (873) 469-3868 ( )
    Email
    rick.long@tpsgc-pwgsc.gc.ca
    Fax
    () -
    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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive