HELICOPTER HANGAR

Solicitation number W8476-165457/A

Publication date

Closing date and time 2016/01/29 14:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    HELICOPTER HANGAR
    
    W8476-165457/A
    J.L. LeGrow
    Telephone No. - (873) 469-3353 
    Fax No. - (819) 956-5227 
    
    Request for Information
    
    Introduction
    The Department of National Defence (DND) is performing industry benchmarking to find information concerning a CH 147F Chinook Tactical Aviation Light Weight Rapid Deployable Maintenance Facility (DMF) for Canadian Armed Forces (CAF) operations.
    The DMF will enable maintenance (aircraft inspection and major repairs) activities.  
    The requirement is for two DMF’s. The DMF will be deployed for periods running between one and three months.    
    Required DMF performance characteristics
    The DMF will be required to operate over a range of climatic zones from Equator to Arctic Circle and exposed to rugged military usage. It is expected to accommodate & enable the maintenance of one CH147 aircraft, with the following external dimensions:
    o Total length: 99 feet (30.2 m)
    o Overall fuselage length: 52 feet 1 inch (15.9 m)
    o Fuselage width: 15 feet 9 inches (4.8 m)
    o Rotor disc diameter: 60 feet (18.3 m)
    o Back rotor maximum height: 18 feet 8 inches (5.7 m)
    o Maximum CH147 weight that can be towed: 50,000 lbs (22,700 kg) 
    o Max load on the most loaded wheel on the soft / hard floor / ground inside theshelter 11,000 lbs (4,990 kg) (approximately 200 psi pressure on the floor)
    Specifically, the DMF is expected to have the following performance characteristics:
    • Code Compliance: The DMF to be designed in accordance with the  National Building Code of Canada, the National Fire Code of Canada, and the Canadian Standards Association
    • Critical internal dimensions: 
    o Minimum inside dimensions (clearance): 120 ft. x 105 ft. x 40 ft. (L x W x H).
    o Minimum inside height (clearance): 40 feet (12.19m) measured from the top of the floor.
    o Minimum dimensions of the gate (clearance): 75ft x 22.5ft (W x H)
    o See Attachments #1 and #2 for the longitudinal and transversal minimum clearance requirements 
     
    • Climatic Conditions:
    o Operate in climate from -46C to +51C.
    o Withstand Strong wind conditions (130 km/h sustained & gust with the gate closed and 80 km/h sustained & gust with the gate open), heavy snow loads, rain and moisture resistant, and fire resistant.
    • Requirements:
    o Opening at one end to tow a CH147F with blades unfolded into the facility.  The opening must be able to be closed once aircraft is within the facility. 
    o Inlet ports and air distribution system for heaters or air coolers.
    o A separate air circulation ventilation system from any heaters or air coolers systems in case the heater or air coolers are not deployed.
    o The facility must be able to accommodate an aircraft under cover within 18 hours of work over a two day period from beginning of setup. A further 18 hours of work over a two day period would be allowed to finish installation with lighting, doors, heaters setup, etc.  Installation must be performed without the use of heavy equipment (i.e. forklift, zoom boom, ladders, Bobcat®).  Installation will be performed by a crew of eight persons.
    o 6 personnel doors of 72 inch width each.
    o Anchoring capability in concrete, asphalt & in minimally prepared rough ground conditions with compact soil, sand, rock, and ice.  Ground can be sloped as much as 1 degree both directions longitudinal and transversal.
    o Optional: a corridor with a separate shelter to be used as lunch room/office space for 30 people to be attached to one of the 72 inch door.
    o Expected life usage (storage and deployed) is 20 years.
    • Systems:
    o Electrical: Separate LED lighting and outlet electrical packages with individual isolated electrical generators to run the each electrical system.  The largest sized generator to be used is 25 kW.
    o Protection: Lightning and grounding protection systems outside of the shelter and two grounding points inside.
    o Heating, Cooling & Ventilation: Diesel heaters and cooling conditioning with sufficient total output required to maintain a working temperature in all possible working environments (the heating system and cooling system must be 2 separate systems).  The heating requirement is for a 50C temperature difference between minimum outside ambient temperature and the working temperature inside the shelter.  The cooling requirement is for a 20C temperature difference between maximum outside ambient temperature and the working temperature inside the shelter.
    o Flooring: Both possibilities of hard and soft type flooring system capable of withstanding the load weight of the aircraft and to accommodate one (1) degree of ground slope in both directions. Pressure on the floor 200 psi (all surface). 
    o Power: Power generator set to start up/power diesel heaters separate from the lighting and outlet generators.  Any power required to run air conditions would be supplied by the CAF.
    o Storage & Transportation: The DMF must be stored and transported inside 20 ft. ISO Type 1C (8ft x 8ft x 20ft) Convention for Safe Containers & TIR certified ISO sea worthy container(s).  Due to truck movement limits the maximum gross weight of each container must be limited to 8165 kg.
    o Fire Protection:  Fire resistance materials and a fire suppression system are required.
    
    Attachment #3, Statement of Operational Requirements elaborates on DND needs and provides suppliers with the necessary perspective.
    
    Required Information
    This Request for Information is not a solicitation. No contract will be awarded as a result of this Request for Information. However, information/ suggestions/ approaches submitted by industry will be analyzed and may be used in a future competitive solicitation. Suppliers are requested to provide the following information to demonstrate their ability to meet the required performance characteristics: 
    • Company experience in design and manufacture of similar DMF capability.
    • Brochures and any other information / technical characteristics that could be of interest.
    • Locations and contact information where similar DMF capabilities are presently being used &  could be viewed; and
    • Estimated price.
    
    In addition, industry comments should address the following questions, as a minimum:
    1. Is a commercial product and technology already available?  If yes, will it need to be modified to meet DND needs?  If no, will a new product need to be developed to meet the performance specifications?
    2. What would be the approximate lead time for delivery once a contract is signed?
    3. What will be the required size (L x W x H) of the structure based on the clearance provided?  Please provide inside and outside dimensions of the structure (see the Attachments 1 & 2)
    4. How will heavy snow / freezing rain conditions affect the structure of the shelter?  Will DMF survive a heavy snowfall or freezing rain? What is company approach for those conditions?
    5. How will ground conditions of 1 degree slope on both directions longitudinal and transversal affect installation? What is the flooring solution to accommodate 1 degree slope?
    6. What are proposed solutions for flooring in arctic conditions (i.e.shelter installed over permafrost ground)?
    7. What types of materials would be used in the construction of the shelter given an expected life of 20 years?
    8. How translucent would the material be?
    9. How feasible is a separate ventilation system and heating and cooling system?
    10. What are the heating and cooling (BTU) required at the extreme ends of the temperature scale proposed?
    11. What are the requirements for storage and transportation (i.e. number of ISO shipping containers)?
     
    
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    J.L. LeGrow
    Phone
    (873) 469-3353 ( )
    Fax
    (819) 956-5227
    Address
    11 Laurier St./11, rue Laurier
    7A2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    000
    English
    92
    001
    English
    47
    001
    French
    16

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: