Highly infectious disease patient aeromedical evacuation (HIDPAE)

Solicitation number W8485-174337/A

Publication date

Closing date and time 2017/06/13 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Production Products Mfg. & Sales Inc.
    1285 Dunn Rd.
    St Louis Missouri
    United States
    63131
    Nature of Requirements: 
    
    Highly infectious disease patient aeromedical evacuation (HIDPAE)
    
    1. Advance Contract Award Notice (ACAN)
    
    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 to the pre-identified supplier. 
    
    2. Definition of the requirement
    
    The Canadian Armed Forces (CAF) has a requirement for a permanent capability that provides Aeromedical Evacuation (AE) of patients diagnosed with a Highly Infectious Disease (HID) up to an aerosolized threat.  The AE capability must be able to move CAF patients both domestically and internationally, including remote areas of Canada, while not being platform specific. The capability must facilitate the AE medical team to provide medical care while protecting the aircrew and medical team from exposure to infectious pathogens.
    
    3. Criteria for assessment of the Statement of Capabilities  
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
    
    3.1 Scope
    
    3.1.1 This SOW establishes the mandatory and desirable requirements for the operational performance of the Highly Infectious Disease Patient Aeromedical Evacuation (HIDPAE) Capability.
    
    3.1.2 In order to cover all of the requirements from long range transport as well as helicopter transport, the HIDPAE Capability is divided into two parts. The first part is a system capable of multi-patient treatment for use on long range transport fleets, and will henceforth be referred to as the ‘transport isolation system’. The second part is individual isolation stretchers capable of being transported via a helicopter which will be referred to as ‘isolation stretchers’. Throughout this document, the term ‘capability’ refers to all aspects of the HIDPAE system.   
    
    3.1.3 This SOW is to provide a HIDPAE Capability including;
    
    a. Delivery of one new HIDPAE transport isolation system/unit;
    b. Ancillary Equipment; 
    c. Delivery of Spare Parts;
    d. Production and delivery of Original Equipment Manufacturer (OEM) operating and maintenance manuals;
    e. Initial cadre training and support;
    f. Course syllabus and material to allow regenerative training by qualified CAF personnel; and
    g. Proof of Certification for the CC177, CC130H/J and CH147.   
    
    3.2 Assumptions & Constraints
    
    3.2.1 The HIDPAE Capability:
    
    a. will be operated by CAF Aeromedical Evacuation Crew Members;
    b. will be maintained and configured for flight by CAF personnel; and
    c. must be compatible with RCAF aircraft without modification to RCAF Primary Air Vehicles (PAV).
    
    3.2.2 Canada will provide Aeromedical Personnel with Personal Protective Equipment (PPE) unless it is specific or unique to the system.    
    
    3.3 Capability Requirements
    
     Capacity (Mandatory)
    
    3.3.1 The capability must provide the ability to accommodate a minimum of two litter patients.
    
    3.3.2 Where patients do not require transport by litter, the capability must accommodate a minimum of two ambulatory patients.
    
    3.3.3 The capability must allow the AE team to provide critical care (see Glossary) to any and all of the patients under care during the AE mission while being transported on large air mobility platforms, i.e., CC177, and CC130H/J.
    
    3.3.4 The capability must allow AE personnel to provide medical care (see Glossary) to any and all of the patients under care during the AE mission while being transported on all other platforms for which the capability is equipped; as a minimum the CH147F.
    
    3.3.5 The capability must be free of hazards that would impede AE team members dressed in PPE, to perform their required duties.     
    
    3.3.6 The capability must allow for fitment and stowage of standard medical equipment and consumable material to be used for medical care and treatment of patients. 
    
    3.3.7 The capability must allow patients to relieve bodily waste, e.g., toileting facility.
    
    3.3.8 The capability must provide protection to the aircraft, aircrew and AE team from all potential contamination, including physical contact, droplet, or airborne transmission routes, from the point of taking control of patients from a ground treatment area:
    
    i. During aircraft emplaning, transport, and deplaning; and
    ii. Transfer between isolation units and aircraft if required.
    
    3.3.9 Where the patients do not require containment in an individual isolation suit, the capability must, in accordance with ADV PUB ASMG 6003 Ed 1 V1 - ASIC Advisory Publication on Aeromedical Evacuation of Highly Contagious Individuals, CDC Infection Control Guidelines, and PHAC Infection Control Guidelines:
    
    i. Prevent infectious pathogens from escaping the chamber;
    ii. Have a method to contain biohazardous waste and materials used in the care of patients; and
    iii. Have the ability to maintain negative pressure inside the point of decontamination of the isolation unit.
    
    3.3.10 The capability must provide for all appropriate donning and doffing of PPE, including accommodating health care provider decontamination drills to prevent contamination of the aircraft space or surfaces.
    
    3.3.11 The capability must prevent pathogens from escaping during post-mission cleanup of the system.
    
    3.3.12 The capability must provide a warning method to indicate actual or impending isolation compromise.
    
    3.3.13 The capability must have emergency provision to contain any isolation compromise while in the aircraft.
    
    3.4 Capacity (Desirable)
    
    3.4.1 The capability should provide the ability to accommodate more than two litter patients.
    
    3.4.2 The capability should be readily configurable to accommodate multiple litter and ambulatory patients.
    
    3.4.3 The HIDPAE Capability should allow the transfer of patients from one aircraft to another in order to complete the AE mission.
    
    3.4.4 The AE team should be able to transfer a patient from one isolation unit to another if required.
    
    3.5 Technical Requirements (Mandatory) 
    
    3.5.1 The HIDPAE Capability must be configured to fit the following RCAF air mobility platforms: CC177, CC130H/J, and CH147F.
    
    3.5.2 The capability must not require alteration of any air platform for which it is configured.
    
    3.5.3 The on aircraft equipment must meet the respective aircraft platform’s requirements for airworthiness certification.  This must include a compliance matrix or 3rd party test data completed to FAR specifications or an equivalent agency.  
    
    3.5.4 The capability must not degrade or reduce the capability of the aircraft, aircrew, or AE personnel.
    
    3.5.5 The HIDPAE Capability must provide the ability to conduct one complete Highly Infectious Disease (HID) AE mission of any type without the need to acquire additional resources (except for standard CAF AE mission resources). 
    
    3.5.6 The capability must be available and configured to commence an HID AE mission within 24 hours of notice to move.
    
    3.5.7 Where an HID AE mission has been conducted, the capability must be available within 72 hours from the end of the most recent HID AE mission.
    
    3.5.8 The HIDPAE Transport Isolation System must be fully functional and operable to support the entire 16 hour duration of an HID AE sortie.
    
    3.5.9 The HIDPAE Isolation Stretcher must be fully functional and operable to support the entire 4 hour duration of an HID AE sortie.
    
    3.5.10 The HIDPAE system must be operable in climate extremes including arid, humid, hot and cold environments.
    
    3.5.11 The HIDPAE system must be operable in both pressurized and unpressurized environments.  
    
    3.5.12 The capability must provide clean air, thru High-Efficiency Particulate Air (HEPA) filtration, to the patients at a rate of 12 air exchanges per hour.
    
    3.5.13 The isolation space must include a medical oxygen source for patients.
    
    3.5.14 The isolation space must provide provision for integration and restraint for contained medical equipment and material.
    
    3.5.15 The capability must provide the capability, or accommodate installation of a system, for personnel inside an isolation space to effectively communicate with personnel outside the isolation space.
    
    3.5.16 The isolation space must provide restraints to secure patients in place to prevent further injury in all flight regimes of an AE mission.
    
    3.5.17 The capability must permit AE personnel to be secured during all flight regimes of an AE mission.
    
    3.5.18 The isolation system must supply its own power for essential systems (including medical) during periods when aircraft power is not available.
    
    3.5.19 The capability must be interoperable with Public Health Agency of Canada (PHAC).
    
    3.5.20 The support structure must be life cycled using appropriate sourcing of parts and supply from industry to effectively and economically sustain equipment availability for operation. 
    
    3.5.21 The system must be supported to the level of availability requirements specified in this SOW.  
    
    3.5.22 Any oxygen system must contain sufficient oxygen to complete a single mission and have the ability to be replenished with the current RCAF Aircraft Maintenance Support Equipment (AMSE).
    
    3.5.23 Any power supply, unless self-contained must be compatible with aircraft power supply provided by CAF CC177, CC130H/J and the CH147.
    
    3.5.24 Any self-contained power supply must be rapidly replenished 
    (within 72 hrs).  
    
    3.5.25 All tasks required to maintain the HIDPAE system will be included in the 1st and 2nd line maintenance program.   
    
    3.6 Technical Requirements (Desirable) 
    
    3.6.1 The HIDPAE Capability should be configured to fit multiple RCAF platforms including, CH146, CH149, CH148, CC144 and the CC150.
    
    3.6.2 The capability should be compatible with a standard North Atlantic Treaty Organization (NATO) litter or decontamination litter.
    
    3.6.3 The capability should provide the ability for personnel outside the isolation space to see inside the space. This allows personnel outside the unit to respond if the patients or caregivers inside require assistance.  
    
    3.7 Environmental Sustainability
    
    3.7.1 The equipment and biohazard waste management procedures must conform to environmental requirements as stated in Canadian Council of Ministers of the Environment (CCME) Guidelines for the Management of Biomedical Waste in Canada.  
    
    3.7.2 Materials that are considered toxic, carcinogenic or otherwise injurious must not be used without necessary safeguards.
    
    3.7.3 Materials that are considered toxic, carcinogenic or otherwise injurious must be defined as Workplace Hazardous Materials Information System (WHMIS) information, which includes the provision of (Material) Safety Data Sheets ((M)SDSs). 
    
    3.7.4 All high usage parts (see Glossary) must be ecologically inert and pose no threat to the environment.
    
    3.7.5 All high usage parts (see Glossary) must have an associated disposal plan.
    
    3.8 Training Requirements 
    
    3.8.1 The training program must effectively prepare personnel to use and sustain equipment on deployment. 
    
    3.8.2 A user manual and computer based training material on equipment functionality must be provided.
    
    3.8.3 The training package must permit both operators and technicians to field the system with qualified personnel.
    
    3.8.4 The training system must permit Training Development personnel and users to incorporate user provided guidance and updates into existing material.
    
    3.8.5 Training for the HIDPAE at the 1st and 2nd line must allow DND to put the equipment into effective operational service and to support it efficiently throughout its service life. 
    
    3.8.6 The training package must include worker education on any material that has been identified as Hazardous and is included within WHMIS. 
    
    3.8.7 The Contractor must provide initial cadre training for both operators and technicians to initially field the system with qualified personnel.
    
    3.8.8 The initial cadre training must take place at a location to be determined after initial contract delivery as per the contractor proposal.  The training must include all aspects associated with 1st and 2nd line maintenance of the HIDPAE Capability.
    
    3.8.9 The contractor must provide a Course Training Package for operators and technicians to allow regenerative training by qualified CAF personnel on the HIDPAE Capability.
    
    3.8.10 The Contractor must, on request of the TA, make available a Technical Representative (Tech Rep) who is fully knowledgeable with the operation and maintenance of the HIDPAE Capability.
    
    3.9 Data Requirements
    
    3.9.1 The Contractor must prepare and submit to DND an OEM Operating Manual covering the description and operation of the HIDPAE Capability.  The Operating Manual may be in Contractor format.
    
    3.9.2 The Contractor must prepare and submit to DND an OEM Maintenance Manual covering the description, operation, maintenance, repair, cleaning,disposal,parts list,drawings,photos,exploded views, and procedures for the HIDPAE Capability. The Maintenance Manual must be in Contractor format. The Operating and Maintenance Manual may be the same document.  
    
    3.9.3 The Contractor must prepare and submit to DND proof of certification for both the airworthiness and the medical requirements.  
    
    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)
    North American Free Trade Agreement (NAFTA)
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    5. Justification for the Pre-Identified Supplier
    The only known supplier of Highly Infectious Disease Patient Aeromedical Evacuation (HIDPAE) meeting all the above required technical specifications is Production Products MFG.& Sales Inc.. For this reason, it is proposed to negotiate this requirement with Production Products MFG.& Sales Inc.
    
    6. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    
    Agreement on Internal Trade (AIT) - Article  506.12(b)  
    North American Free Trade Agreement (NAFTA) - Article 1016.2(b) 
    World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article(s) Article XV (b)
    
    7. Period of the proposed contract or delivery date
    The final delivery of the equipment must be on Oct 31st 2017
    
    8. Name and address of thepre-identified supplier
    
    Production Products MFG.& Sales Inc.
    1285 Dunn Road 
    Saint Louis, MO 63131, 
    USA
    
    9. 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.
    
    10. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is June 13th, 2017 at 2:00 p.m. EST.
    
    11. Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    Martin Gauthier
    Public Services and Procurement Canada (PSPC)
    Scientific, Medical and Photographic Division - PV
    Portage III - Floor: 6A2 - Room: 37
    11 Laurier Street
    Gatineau, Quebec 
    Canada
    K1A 0S5 
    
    Telephone:  613-404-8642
    Fax:  819-956-3814
    E-mail:  martin.gauthier@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Additional Deliveries

    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
    Gauthier, Martin
    Phone
    (613) 404-8642 ( )
    Email
    martin.gauthier@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-3814
    Address
    11 Laurier St./ 11 rue, Laurier
    6B1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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)
    Procurement method
    Non-Competitive

    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: