REGULATORY TAKEOFF AND LANDING WEIGHT ANALYSIS SERVICES

Solicitation number W3999-210001/B

Publication date

Closing date and time 2022/02/01 16:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    1.  TITLE: 
    
    REGULATORY TAKEOFF AND LANDING WEIGHT ANALYSIS SERVICES
    
    2.  SECURITY:
    
    2.1 There is no security requirement applicable to the Contract.
    
    2.2 This document in unclassified/undesignated. The Work/Services to be provided by this contractual undertaking are of an unclassified nature. At no time will the Contractor’s personnel be given, nor permitted access to, Classified/Designated information, data or material. Contractor personnel in the performance of their duties under this Contract will, while on Department of National Defence (DND) premises, be escorted at all times.
    
    2.3 The Contractor will not remove any information or assets from the work site(s) other than their own premises, and the Contractor will ensure that their personnel are made aware of and comply with this restriction. The Technical Authority may, in writing, authorize temporary removal of such information or assets by the Contractor from identified Work site(s). 
    
    2.4  The Contractor will comply with the provisions of the Industrial Security manual (Latest Edition).
    
    3.  REQUIREMENT:
    
    The Department of National Defence (DND) has a requirement for regulatory takeoff and landing weight (RTOWL) analysis services. The Contractor will provide RTOWL charts as required by DND, in accordance with Airbus A310 Flight Crew Operating Manual. RTOWL charts will take in to account the performance limitations on operating from a specified runway in order to determine a maximum permissible take-off weight based on configuration, ambient pressure, temperature and surface wind conditions. 
    
    4. EVALUATION AND SELECTION:  
    
    Mandatory technical specifications criteria are included in Annex "B".
    A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
    
    5. OWNERSHIP OF INTELLECTUAL PROPERTY:
    
    Any intellectual property arising from the performance of the Work under the Contract will vest in the Contractor. 
    
    6. PERIOD OF CONTRACT: 
    
    The contract will be effective for a three (3) year period, with the option to extend the term of the Contract by up to two (2) additional one (1) year periods.
    
    
    Contracting Authority
    
    Lorraine Jenkinson  
    Procurement Specialist 
    Public Services and Procurement Canada
    Procurement Branch, Western Region 
    Canada Place, Suite 1000
    9700 Jasper Avenue NW
    Edmonton AB, T5J 4C3 
    
    Telephone: 587-337-2458  
    Facsimile: 780-497-3510 
    E-mail address: lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    
    --------------------------------------------------------------------
    
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Western Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are strongly encouraged to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Western Region Bid Receiving Unit’s generic address at roreceptionSoumissions.wrbidreceiving@tpsgc-pwgsc.gc.ca
    
    Faxed bids will be accepted at 1-418-566-6167.
    
    Hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.gc.ca.
    
    
    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.

    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
    (587) 337-2458 ( )
    Email
    lorraine.jenkinson@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Canada Place/Place du Canada
    Suite 1000
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    001
    English
    8
    001
    French
    1
    000
    English
    34
    000
    French
    6

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    Manitoba
    ,
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price