Aerospace Project

Solicitation number W0046-14090S/A

Publication date

Closing date and time 2013/12/23 14:00 EST


    Description
    Trade Agreement: 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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Carleton University
    Office of Research Services
    510F Tory Building
    1125 Colonel By Drive
    Ottawa Ontario
    Canada
    K1S5B6
    Nature of Requirements: 
    Aerospace Project
    
    W0046-14090S/A
    Porter, Marta M.
    Telephone No. - (613) 547-7587 (    )
    Fax No. - (613) 545-8067
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency intends to award a contract for
    goods, services or construction 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 award.  However, should a Statement of Capabilities be
    found to meet the requirements set out in the ACAN, then the
    contracting authority will proceed with a full tendering process.
    Requirement
    The overall objective of the Royal Military College is for a
    three (3) year long collaborative project between RMCC and
    Carleton University with a long term goal to develop a nonlinear
    aeroelastic prediction and uncertainty quantification capability
    for general 3-dimensional aircraft applications.  The project is
    directed by Dr. Poirel from RMCC.  The project is sponsored by
    the Royal Canadian Air Force Director General Aerospace
    Equipment Program Management (DGAEPM).
    
    Background
    The Department of National Defence (DND), specifically Director
    of Technical Airworthiness and
    Engineering Support (DTAES), is sponsoring a three year long
    project to develop a nonlinear aeroelastic
    prediction capability and uncertainty quantification for general
    3-D aircraft applications. Classical
    aeroelastic prediction methodologies are currently based on
    linearity of both the structure and its
    aerodynamics. In general, this approach has served reasonably
    well the Canadian Armed Forces (CAF)
    operational requirements, but has also showed its limitations in
    various instances some of which could
    have proved fatal. Flight envelopes have been restricted due to
    unexpected nonlinear aeroelastic events,
    and the ability to clear new stores has been compromised. It is
    envisaged that this problem will be even
    more prevalent for new aircraft acquisitions as technology
    advancements push operational limits such that
    nonlinear behaviour may become the norm as opposed to the
    exception. At this time, the Canadian
    Forces (CF) has no capability to assess nonlinear aeroelastic
    behaviour, be it in-house and even at the
    Canadian level. For instance, Bombardier aeroelastic evaluation
    methodologies are still based on linear
    behaviour. Nonlinearities are not considered explicitly and are
    somehow managed by enhanced safety
    margins, which can be over-conservative and sometimes not
    necessarily safe. Over the years, the Royal
    Military College of Canada (RMCC) has developed a very good
    understanding of nonlinear aeroelastic
    behaviour, along with prediction and identification tools of
    physically challenging canonical problems, but
    which are relatively small in terms of degrees of freedom.  We
    now have the objective to address complex
    and large scale realistic configurations, such as eventually the
    CF18. 
    
    Scope
    
    The scope of the project is to assess the guidelines below from
    a flutter point of view and apply explicit
    uncertainty quantification methodologies. The most efficient
    method to certify new stores is clearance by
    similarity with previously cleared stores. MIL-HDBK-1763
    (Military Handbook 1763) provides guidelines
    with allowable variations in stores physical properties which
    could allow the application of such an
    approach. However, these guidelines have been constructed from
    store separation experience and are
    therefore strictly applicable to the separation problem only,
    not to the flutter problem which is different.
    Moreover, these guidelines are based on dated methodologies
    which do not explicitly consider uncertainty
    in the system. A set of similarity criteria will be developed
    for linear flutter store clearance similar to what
    exists already for separation purposes in the form of
    MIL-HDBK-1763 Table B-1 (military handbook). In
    doing so, Carleton University will be constructing the
    Computational Structural Dynamics (CSD) model
    and then implementing an uncertainty quantification capability
    on both linear and nonlinear structures.
    
    
    Tasks include:
    
    Conduct a literature search on aeroelastic sensitivity studies
    for wing stores.
    
    Develop a linear FEM model of a generic but realistic
    wing/stores configuration.
    
    Assess the effect of stores structural properties and location
    on the modal characteristics of the wing.
    
    Purely based on the no-flow wing modal characteristics, develop
    similarity criteria for flutter applying uncertainty analysis
    tools.
    
    Add a simple linear aerodynamic model and assess effect of
    stores structural properties and location on the modal and
    flutter characteristics of the wing.
    
    Based on the simple linear aeroelastic model, develop updated
    similarity criteria for flutter applying uncertainty analysis
    tools.
    
    Add nonlinear structural models and evaluate scope of effect of
    nonlinearities on flutter similarity criteria applying
    uncertainty analysis tools.
    
    Develop a FEM model of a generic but realistic full aircraft
    configuration and/or acquire a CF18 FEM model or other CF
    relevant aircraft.
    
    
    Trade Agreements
    The requirement is subject to the following the North American
    Free Trade Agreement (NAFTA),  the Canada-Peru Free Trade
    Agreement (CPFTA), Canada-Columbia Free Trade Agreement (CCFTA)
    and the Agree on Internal Trade (AIT) however it is proposed to
    invoke limited tendering reasons in accordance with the
    following:
    Single Sourcing applies under the following
    
    GCR:  Section 6d) Only one person is capable of performing the
    contract:
    NAFTA:  Article 1016: (2b) Limited Tendering Procedures
    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; 
    AIT:  Article 506, (12b) 
    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;
    Scheduled Dates of Service:  
    For 31 March, 2014 develop a linear FEM model of a generic but
    realistic wing/stores configuration and based on the simple
    linear aeroelastic model, develop updated similarity criteria
    for flutter and submit results in a report end-December 2013 and
    end-February 2014.
    For 31 March, 2015 develop a FEM model of a generic but
    realistic full aircraft configuration and/or acquire a CF18 FEM
    model or other CF relevant aircraft and submit results in a
    report end-December 2014 and end-February 2015.
    For 31 March, 2016 develop a set of similarity criteria based on
    a generic but realistic full aircraft configuration accounting
    for stores' structural and submit results in a report
    end-December 2015 and end-February 2016.
    
    The estimated cost of the contract is $72,000.00 + HST if
    applicable.
    Sole Source Justification
    Uncertainty quantification is structural dynamics and
    aeroelasticity is a very specialized engineering field, which
    requires expert knowledge in both disciplines.  There exists
    only one group in Canada which possesses this set of skills.  It
    is the Uncertainty Quantification group at Carleton University.
    
    Carleton University owns the proprietary software which the
    Royal Military College will use for their date analysis.
    
    Proposed Supplier:
    Carleton University
    1125 Colonel By Dr. Room 1303
    Ottawa Ontario
    K1S 5B6
    SUPPLIER'S RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES:
    "Suppliers who consider themselves fully qualified and available
    to provide the services and/or 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."
    Closing date for a submission of a statement of capabilities. 
    December 23, 2013
    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.
    Inquiries and statements of capabilities can be directed to:
    Marta Porter
    Supply Specialist
    Public Works and Government Services Canada
    86 Clarence St. 2nd Floor
    Kingston, Ontario  K7L 1X3
    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

    • 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
    Porter, Marta M.
    Phone
    (613) 547-7587 ( )
    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)

    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: