SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Fixed and Rotary Wing Test Pilots and Engineers Training

Solicitation number W8485-142127/A

Publication date

Closing date and time 2013/12/19 16:00 EST


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    National Test Pilot School
    National Test Pilot School
    P.O. Box 658
    1030 Flightline
    Mojave California
    United States
    93501
    Nature of Requirements: 
    
    1.  TITLE: 
    Fixed and Rotary Wing Test Pilots and Engineers Training (Civil
    Aviation Oriented) in Support of DGAEPM / AETE
    
    2.  SECURITY:
    There is no security requirement associated with the requirement.
    
    3.  REQUIREMENT:
    The Aerospace Engineer Test Establishment (AETE) is the Flight
    Test Authority for the Canadian Armed Forces (CAF). In this
    capacity, AETE conducts a wide variety of flight and ground
    testing involving every aircraft type in the CAF inventory, and
    is responsible for the evaluation of new systems being installed
    on all CAF aircraft.
    
    As the Flight Test Authority, AETE, under the Director General
    Aerospace Equipment Program Management (DGAEPM), employs pilots
    and engineers to perform duties in the planning, conducting and
    reporting of flight test programs. AETE requires periodic
    training for both fixed-wing and rotary-wing Flight Test Pilots
    (FTPs) and Flight Test Engineer (FTEs) at a school specialized
    in civilian aviation yet able to provide some military
    specification training.
    
    
    The requirement is for both fixed-wing and rotary-wing FTP and
    FTE training on a periodic but irregular basis, as determined by
    operational need and availability and the annual posting season
    
    4.	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 services meet the following
    requirements:
    
    The Contractor must provide comprehensive training courses that
    form a cohesive program not to exceed one year in duration for
    each student, which must include academic and practical
    instruction in either flight testing or flight test engineering
    on either fixed wing or rotary wing platforms, as applicable.  
    The Contractor must provide the student with academic
    instruction in the use of civil certification standards and
    military specifications, and the student must be given the
    opportunity to use both during flight exercises.   
    The training program for each student must cover the following
    broad areas: performance, flying qualities, and systems
    evaluation.
    At the conclusion of the FTP training program, the qualified FTP
    will possess the detailed knowledge required to plan, conduct
    and report on flight test programs intended to certify or
    qualify aircraft and aircraft systems in accordance with both
    civil standards and military specifications. 
    At the conclusion of the FTE training program, the qualified FTE
    will possess the detailed knowledge required to plan, conduct
    and report on flight test programs intended to certify or
    qualify aircraft and aircraft systems in accordance with both
    civil standards and military specifications.
    
    	A copy of the full Statement of Work is available from the
    Contracting Authority.  
    
    5.  JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER: 
    
    
    As the Flight Test Authority for the CAF, AETE conducts a wide
    variety of flight and ground testing involving every aircraft
    type in the CAF inventory and must support the full spectrum of
    military and civil flight testing.  AETE therefore requires a
    global perspective on flight tests and cannot limit itself to
    personnel with skills restricted to the military domain only. At
    this time, the National Test Pilot School (NTPS) is the only
    school available to DND offering fixed-wing and rotary-wing
    Qualified Test Pilot (QTP) and Flight Test Engineer (FTE)
    training with a predominately civil aviation orientation. NTPS
    is the only known company outside the military system able to
    provide in-depth avionics and aircraft systems training on fixed
    wing and rotary wing aircraft and that meets the requirements of
    minimum hours and minimum aircraft types in the Statement of
    Work with respect to fixed wing and rotary wing training and
    experience.  The training will result in AETE students having
    FAA (Federal Aviation Administration) civilian certification. 
    Failure to train personnel now will result in extremely costly
    and unacceptable delays in a number of DND/CF acceptance test
    programs.
    
    6.	GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
    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". 
    
    
    7.	EXCLUSIONS AND/OR LIMITED TENDERING REASONS
    The following exclusions and/or limited tendering reasons are
    invoked under the section of the trade agreements specified:
    
    Agreement on Internal Trade (AIT) - Article 12 (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-AGP) - Article XV, Section (b) when, for works of art or
    for reasons connected with protection of exclusive rights, such
    as patents or copyrights, or 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) - Article 1016,
    Section 2 (b) where, for works of art, or for reasons connected
    with the protection of patents, copyrights or other exclusive
    rights, or proprietary information or 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.
    
    
    8. 	PERIOD OF THE PROPOSED STANDING OFFER : 
    The Standing Offer will be in effect for a three (3) year period
    with the option to extend the offer for two (2) additional
    period of one (1) year each.
    
    9.	INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
    
    Inquiries and statements of capabilities are to be directed to:
    
    Contracting Authority
    
    Lorraine Jenkinson 
    Supply Specialist 
    Public Works and Government Services Canada
    Acquisitions Branch, Western Region 
    Telus Plaza North 
    10025 Jasper Avenue, 5th Floor 
    Edmonton, AB  T5J 1S6 
    
    Telephone:  (780) 497-3593 		  Facsimile:  (780) 497-3510 
    E-mail address:  Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca
    
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    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
    • 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
    Jenkinson, Lorraine
    Phone
    (780) 497-3593 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    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.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Foreign
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: