Vertical Wind Tunnel

Solicitation number W2037-130146/A

Publication date

Closing date and time 2013/04/09 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    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: 
    Ciel Aventure Québec inc.
    2700, av. du Cosmodôme
    Laval Quebec
    Canada
    H7T2X1
    Nature of Requirements: 
    Vertical Wind Tunnel
    
    W2037-130146/A
    Weaver, Tammy
    Telephone No. - (613) 545-8059 (    )
    Fax No. - (613) 545-8067
    
    Advance Contract Award Notice (ACAN)
    
    1. An ACAN is a public notice indicating to the supplier
    community that a department or agency intends to issue a
    Standing Offer for services to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the issuance to the pre-identified supplier. 
    
    2. Definition of requirement
    The Department of National Defence (DND) has a requirement to
    establish a Regional Individual Standing Offer (RISO) to provide
    a Vertical Wind Tunnel (VWT) facility  and as required, DND will
    also require the contractor to provide qualified VWT Instructors
    to teach introductory freeflying and VWT instruction techniques.
    enabling the Canadian Forces Land Advanced Warfare Centre
    (CFLAWC), Trenton, Ontario and Department of National Defence
    Headquarters Canadian Special Operations Forces Command
    (CANSOFCOM), Ottawa, Ontario to conduct personnel freefall (FF)
    simulation training.
    
    Background
    
      CFLAWC has been successfully incorporating VWT training into
    its Military Freefall Parachuting (MFP) course and instructor
    continuation training over the last several years.  This
    training has proven invaluable in accelerating learning for new
    candidates (and correspondingly reducing the number of descents
    required from an aircraft to achieve qualification standards) as
    well as maintaining and improving skills for more experienced
    staff members.  In addition, the Canadian Forces Parachute Team
    has taken advantage of this resource for training prior to
    completed tandem and camera training camps.  The VWT affords
    personnel an opportunity to practice freefall skills and
    overcome difficulties in a safe and controlled environment.  It
    offers the flexibility of training at any time during the year
    when weather is unfavourable for jumping.  Currently, CLFLAWC
    does not have a VWT at its facility at Canadian Forces Base
    (CFB) Trenton.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Minimum Essential Requirements
    The Contractor must provide:
    
    A.  	 A re-circulating VWT with an indoor cylindrical flight
    chamber no smaller than fourteen (14) feet in diameter, capable
    of achieving a uniform airflow at speeds exceeding 200Km/h (125
    mph);
    
    B.	The facility must have rooms for video debriefing, space for
    creeping, and at least one (1) classroom with a capacity for
    twenty (20) persons; and
    
    C.	The facility must be located within 250Km of the National
    Capital Region (NCR) and within 400Km of CFB Trenton, Trenton
    Ontario.
    
    D.	Up to four (4) experienced VWT Instructors to teach basic
    free flying and instructional techniques.  Instructors must have
    a minimum of two years VWT instruction experience.  Duties
    include, but are not limited to, providing training plans,
    conducting dirt dives before each training session and providing
    debriefs to students after each session.
    
    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s):
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    Canada-Columbia Trade Agreement
    Canada-Peru Trade Agreement
    Canada-Chille Agreement
    5. Justification for the Pre-Identified Supplier
    The identified supplier is the only known source who is within
    the travelling distance required to the client and has a
    re-circulating VWT with an indoor cylindrical flight chamber no
    smaller than fourteen (14) feet in diameter, capable of
    achieving a uniform airflow at speeds exceeding 200Km/h (125
    mph).
    The facility must be located within 250Km of the National
    Capital Region (NCR) and within 400Km of CFB Trenton, Trenton
    Ontario due to operational requirements.  Unit must be able to
    return to their units same day should an emergency arise and
    they must be able to drive to and from the facility.
    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 exclusion(s) and/or limited tendering reasons are
    invoked under the section of the trade agreement(s) specified:
    Agreement on Internal Trade (AIT) - article 506 paragraph 12
    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; (CAP code 71)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP) - Article XV: Limited Tendering Procedure
    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; (CAP code 71)
    North American Free Trade Agreement (NAFTA) - Article(s) 1016
    section (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; (CAP Code 71)
    8. The period of the proposed Standing Offer:
    	The proposed Standing Offer is for a period of one (1) year,
    from 01 April 2013 to 31 March 2014. 
    	The Standing Offer will have a one (1) year option from 01
    April 2014 to 31 March 2015.
    9. A cost estimate of the proposed contract
    The estimated value of the Standing Offer, including option(s),
    is $1,003,250.00 (GST/HST extra).
    10. Name and address of the pre-identified supplier:
    Ciel Aventure Québec inc. 
    Operating Name: SkyVenture Montreal 
     2700, av. du Cosmodôme
     Laval, Quebec CANADA, H7T 2X1
    
    11. Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available
    to provide the goods, services or construction services
    described in the ACAN, 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.
    12. The closing date for a submission of a statement of
    capabilities.
    The closing date and time for accepting statements of
    capabilities is:
    March 28, 2013 at 2:00 p.m. EDT)
    13. Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Tammy Weaver
    Supply Specialist
    86 Clarence St., 2nd Floor
    Kingston, Ontario
    K7L 1X3
    Telephone: 613-545-8059 
    Facsimile: 613-545-8067
    E-mail: tammy.weaver@pwgsc.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

    • 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
    Weaver, Tammy
    Phone
    (613) 545-8059 ( )
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    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
    Ontario (except NCR)
    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: