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) 

Aeronautical Engineering Services

Solicitation number W8485-130841/A

Publication date

Closing date and time 2013/10/02 16:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    AIRBORNE SYSTEMS CANADA LTD.
    35 Wilson Ave.
    BELLEVILLE Ontario
    Canada
    K8P1R7
    Nature of Requirements: 
    
    
    1.  TITLE: 
    Technical Investigation & Engineering Services (TIES) of Escape
    Systems and Aviation Life Support Equipment (ALSE) for Aerospace
    Engineering  Test Establishment (AETE),  4 Wing, Cold Lake,
    Alberta
    
    2.  SECURITY:
    
    2.1	The following security requirement (SRCL and related
    clauses) applies and form part of the Contract.
    
    2.1.1. 	The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Facility Security Clearance at the level of SECRET, with
    approved Document Safeguarding and Production Capabilities at
    the level of SECRET, issued by the Canadian Industrial Security
    Directorate (CISD), Public Works and Government Services Canada
    (PWGSC).
    
    2.1.2. 	The Contractor/Offeror personnel requiring access to
    PROTECTED/CLASSIFIED information, assets or sensitive work
    site(s) must EACH hold a valid personnel security screening at
    the level of SECRET, granted or approved by the CISD, PWGSC.
    
    2.1.3.	The Contractor/Offeror personnel requiring access to
    Foreign PROTECTED/CLASSIFIED information, assets or sensitive
    work site(s) must EACH hold a valid personnel security screening
    at the level of SECRET, granted or approved by the CISD, PWGSC.
    
    2.1.4.	Until the security screening of the Contractor personnel
    required by this Contract has been completed satisfactorily by
    the CISD, PWGSC, the Contractor personnel MAY NOT HAVE ACCESS to
    (CLASSIFIED/PROTECTED) information or assets, and MAY NOT ENTER
    sites where such information or assets are kept, without an
    escort.
    
    2.1.5. 	This contract includes access to controlled goods. 
    Prior to access, the contractor must be registered in the
    Controlled Goods Program of Public Works and Government Services
    Canada.
    
    2.1.6. 	The Contractor MUST NOT utilize its Information
    Technology systems to electronically process, produce or store
    any sensitive PROTECTED/CLASSIFIED information until CISD/PWGSC
    has issued written approval.  After approval has been granted,
    these tasks may be performed at the level of SECRET.
    
    2.1.7. 	Subcontracts which contain security requirements are NOT
    to be awarded without the prior written permission of CISD/PWGSC.
    
    2.1.8. 	The Contractor/Offeror must comply with the provisions
    of the:
    
    	(a)  Security Requirements Check List and security guide (if
    applicable), attached at Annex "C" to the solicitation;
    	(b)  Industrial Security Manual (Latest Edition).
    
    2.2	Contractor's Site or Premises Requiring Safeguard Measures
    
    The Contractor must diligently maintain up-to-date, the
    information related to the Contractor's site or premises, where
    safeguard measures are required in the performance of the Work,
    for the following addresses:
    
    Address: ________________ 
    Street Number / Street Name, Unit / Suite / Apartment Number:
    ________________ 
    City, Province, Territory / State: ________________
    Postal Code / Zip Code: ________________
    Country: ________________
    
    
    3.  REQUIREMENT:
    The Department of National Defence (DND), Aerospace Engineering 
    Test Establishment (AETE),  4 Wing, Cold Lake, Alberta, has a
    requirement for design, development, testing and evaluation of
    Escape Systems (ES) and Aviation Life Support Equipment (ALSE)
    to provide flight test services and expertise to the Canadian
    Forces.  A requirement exists for industry to provide support
    for a variety of ES/ALSE services and deliverables, as and when
    requested. The work will be carried out on an "as and when
    requested" basis using Task Authorizations. 
    
    4.  SUBSTANTIATION FOR SOLE SOURCE: 
    NAFTA excluded: Annex 1001.1b-2, GSIN AD917700 Research &
    Development- Military is excluded. 
    WTO-AGP excluded: Annex 4, GSIN AD917700 Research & Development-
    Military is not included.
    
    AIT applicable; limited tendering allowed under Article 506 12,
    (a) to ensure compatibility with existing products, to recognize
    exclusive rights, such as exclusive licences, copyright and
    patent rights, or to maintain specialized products that must be
    maintained by the manufacturer or its representative; and (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.
    
    PWGSC, TB Contracting Policy:  sole source allowed under PWGSC
    Supply Manual Section 3.15 (b) (iv) only one person is capable
    of performing the contract. (Derived from GCR Part 1, Section 6
    Treasury Board Guidelines, Section 10.2.1) 
    
    Airborne Systems Canada Ltd. is the only known company in Canada
    that can provide all of the services required.  Airborne Systems
    Canada Ltd. is the original equipment manufacturer (OEM) for a
    lot of the equipment that will modified and tested and they have
    expertise with this equipment.  They are the OEM for all CF
    parachute systems, including cargo delivery systems, crew
    restraint harnesses and release mechanisms, and the RCAF SKAD
    systems. Approximately 50% of the items that would be involved
    in the contract are proprietary to Airborne Systems.
    
    5. EVALUATION AND SELECTION:  
    Mandatory Technical / Management Evaluation criteria are
    included in Part 4 of the solicitation. 
    
    1.1	Technical / Management Evaluation
    
    	1.1.1 	Ability to perform the full scope of the work described
    in Annex "A".
    
    1.1.2 	All individuals proposed in the bid must be fluent (i.e.
    read, write and speak) in English.
    
    1.1.3	The Bidder must demonstrate how each individual proposed
    in its bid complies with all the minimum qualification and
    experience requirements of the field for which they are being
    proposed, as detailed in the Statement of Work (SOW) section 3.5
    (Escape Systems (ES) / ALSE Engineer - section 3.5.1, Escape
    Systems (ES) / ALSE Technologist:- section 3.5.2, Structural
    Engineer - section 3.5.3,  Aero (Aerodynamic, Aeronautical, or
    Aerospace) Engineer: - section 3.5.4, Aeronautical Engineering
    Technologist - section 3.5.5, Drafting Technologist - section
    3.5.6, Sheet Metal Worker - section 3.5.7, and Machinist -
    section 3.5.8). Paperwork demonstrating this compliance must be
    submitted for each individual proposed by the Bidder.
    
    6. OWNERSHIP OF INTELLECTUAL PROPERTY:
    Any intellectual property arising from the performance of the
    Work under the Contract will vest in the Contractor. 
    
    7. PERIOD OF CONTRACT: 
    It is anticipated that any contract will be effective for a
    period of three (3) years plus two (2), one-year option periods.
    
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    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
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Alberta
    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: