SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Maintenance of Aircraft Instruments (Engine,Flight, and
Navigation) and their Associated Systems.

Solicitation number T8493-140006/A

Publication date

Closing date and time 2014/04/15 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    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: 
    Maintenance of Aircraft Instruments (Engine,Flight, and
    Navigation) and their Associated Systems.
    
    T8493-140006/A
    Beauchamp, Joanne
    Telephone No. (819) 956-9251
    Fax. No. (819) 956-7173
    
    
    This Notice of Proposed Procurement (NPP) is raised to do the
    following changes to the NPP only.
    
    DELETE GSIN - NIBS  N1615
    INSERT  GSIN - NIBS  N1680
    
    NO OTHER CHANGES ARE TO BE MADE TO THIS DOCUMENT.
    
    1.  Nature of Requirement
    This Request for a Standing Offer (RFSO) is for a National
    Individual Standing Offer (NISO) to provide maintenance of
    aircraft instruments (engine, flight, and navigation), and their
    associated systems, on an as and when required basis a three (3)
    year period with the possibility of a two (2) year extension. 
    This will apply on these aircrafts:  B105, BELL 212, BELL 206,
    BELL 407, CITATION 550, KING AIR C90A, DASH 8, DASH 7 AND
    CHALLENGER.
    
    2.  Technical Mandatory Requirements
    To be considered responsive, an offer must meet all of the
    mandatory requirements listed below.  Offers not meeting all of
    the mandatory requirements may be given no further consideration.
    
    It is imperative that the offerors address each of these
    mandatory requirements in sufficient depth so as to allow the
    evaluators a full understanding of the offeror's capabilities.
    
    List of 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
    sonsidered 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 Approved Maintenance
    Organization (AMO) or an FAA Approved Repair Station for
    instruments 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 approved
    by and listed in the maintenance/parts manuals and service
    bulletins 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).
    
    M7.  The Contractor must maintain a maximum turnaround time of
    45 calander days commencing from the date of receipt of the item.
    
    M8.  The Contractor shall repair, overhaul and inspect the work
    described in the contract to the requirements specified by the
    consignee usually contained within an ASR Request for Quotation.
    The Contractor shall ensure the performance of work meets
    criteria established by the Original Equipment Manufacturer or
    other approved sources specified or otherwise acceptable or
    determined by the consignee and that the work conforms to
    applicable standards and is in compliance with the Canadian
    Aviation Regulations.  The work is subject to inspection and
    verification by the consignee.  The work must be released for
    shipment to the consignee(s) using properly completed
    certification documentation of the responsible state of
    regulatory responsibility.  The completed document(s) must be
    attached to or enclosed with, each shipment, and available upon
    Receiving Inspection by Consignee, as applicable, and found to
    be in compliance with the Canadian Aviation Regulations. 
     
    3.  Authorization (Transport Canada)
    a)  Immediately upon receipt of the components for repair and/or
    overhaul and/or inspection the Contractor will induct, test,
    disassemble and inspect for all defects, and list required parts
    and labour.
    
    b)  The Contractor shall submit a cost estimate and an estimated
    completion date to the Technical Authority for approval, prior
    to proceeding with the work.  The Contractor will receive formal
    authorization from the Technical Authority by facsimile and/or
    DSS form 942 to carry out the work specified therein.
    
    c)  The Contractor shall perform only the work for which
    authorization has beed received.  All other work required is to
    be reported to the Technical Authority and directions requested.
     Telephone requests to perform work are to be confirmed in
    writing either by facsimile or DSS Form 942.
    
    d)  If, while performing the work, it is determined that the
    price of the work authorized will exceed the estimated price of
    the DSS 942, the Contractor shall immediately contact the
    Technical Authority.
    
    e)  The complete overaul of instruments or equipment is not
    permitted under the terms or this Standing Offer.  The intent is
    that repair will be done and overhaul resorted to only where
    such is economically and technically justifiable, and the
    Technical Authority gives approval for overhaul.
    
    f)   If any instrument or equipment is found to be beyond
    economical repair (BER); "repair by replacement" authority shall
    be immediately obtained from the Technical Authority where the
    unit is considered a "critical" spares holding.  Parts returned
    BER are to have attached complete teardown reports indicating
    reasons for BER and returned as is.
     
    g)  Recommended or optional modifications shall be incorporated
    only on approval of the Technical Authority.
    
    h)  Exchange units may only be provided upon prior approval of
    the Technical Authority.
    
    4.  Standard of Work
    All maintenance shall be carried out in accordance with the
    latest amended manufacturer's maintenance manuals, airworthiness
    directives, service letters ans any other special instructions
    applicable to specific components.
    
    5.  Material
    Material supplied must be new and conform to the latest issue of
    the applicable drawing, specification and/or part number that is
    in effect on the requested service date.
    
    6.  Tooling
    This Standing Offer does not provide authorization for the
    manufacture, fabrication or purchase of special equipment and
    tooling unless authorized to do so by the Contracting Authority.
    
    7.  Progress Reports and Records
    1.  	Upon the Technical Authority's request, but not more than 3
    times per year, the			Contractor shall submit a written report
    for all repairs carried out in the performance of 	the Work
    under the Standing Offer.  The report will contain a:
    
    	a) 	description of fault(s) found upon disassembly;
    	b)	list of parts replaced; and
    	c)	copy of the final test results for the certification of the
    unit.
    
    2.	Uppon the Technical Authority's request, but not more than 3
    times per year, the Contractor shall submit a progress report of
    units in plant for maintenance, showing the percentage of work
    completed and the expected return date for each item.  The
    report shall be submitted within ten (10) days of the request.
    
    
    3.	The Contractor is to make available strip reports when
    requested.
    
    All reports shall be submitted as follows:
    
    One (1) copy to:
    			Transport Canada
    			Aircraft Services Directorate
    			200 Comet Private
    			Ottawa, Ontario, K1V 9B2
    			Attention:  Technical Authority
    
    One (1) info copy to the Standing Offer Authority.
    (Derived from - Provenant de: XBD28D, 1995-05-19)
    
    
    8.   Outstanding Items Report
    
    Upon the Technical Authority's request, but not more than 3
    times per year, the			Contractor shall submit an outstanding
    items report.  The report shall provide the following
    information:
    
    	a) 	total dollar value of outstanding Call-ups received to date
    against this Standing 			Offer;
    	b)	total dollar value of items on back order to date; and
    	c)	identification of items on back order and their estimated
    delivery dates to the 			Consignee(s).
    
    The report shall be submitted as follows:
    
    One (1) copy to:
    			Transport Canada
    			Aircraft Services Directorate
    			200 Comet Private
    			Ottawa, Ontario, K1V 9B2
    			Attention:  Technical Authority
    
    One (1) info copy to the Standing Offer Authority.
    (Derived from - Provenant de: XBD28D, 1995-05-19)
    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)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Beauchamp, Joanne
    Phone
    (819) 956-9251 ( )
    Fax
    (819) 956-7173
    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

    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    20
    002
    English
    1
    001
    English
    1
    002
    French
    0
    000
    French
    0
    001
    French
    0

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: