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)
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
- Beauchamp, Joanne
- Phone
- (819) 956-9251 ( )
- Fax
- (819) 956-7173
- Address
-
Portage III 8C1 - 50
11 Laurier St./11 reu LaurierGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Transport Canada
- Address
-
330 Sparks StOttawa, Ontario, K1A 0N5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_CAG.B011.E24359.EBSU000.PDF | 000 |
English
|
20 | |
ABES.PROD.PW_CAG.B011.E24359.EBSU002.PDF | 002 |
English
|
1 | |
ABES.PROD.PW_CAG.B011.E24359.EBSU001.PDF | 001 |
English
|
1 | |
ABES.PROD.PW_CAG.B011.F24359.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW_CAG.B011.F24359.EBSU000.PDF | 000 |
French
|
0 | |
ABES.PROD.PW_CAG.B011.F24359.EBSU001.PDF | 001 |
French
|
0 |
Access the Getting started page for details on how to bid, and more.