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) 

Ground Icing Aviation R&D

Solicitation number T8156-140243/A

Publication date

Closing date and time 2015/03/30 14:00 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: 
    APS Aviation Inc.
    6700 Côte-de-Liesse
    Suite 105
    Montréal (St-Laurent) Quebec
    Canada
    H4T2B5
    Nature of Requirements: 
    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 
    
    2.1 	Transport Canada (TC) has a requirement for a wide range of
    Research and Development (R&D) 		tasks relating to aircraft
    ground icing in cold climatic conditions. This requirement
    relates to the 		development of solutions, processes, and the
    investigation of technologies that will enhance 		de-icing and
    anti-icing of aircraft. 
    
    2.2 	The work involves various anticipated R&D program elements,
    such as, but not limited to: 
    
    2.2.1 	The evaluation of winter weather data; 
    
    2.2.2 	The evaluation of de/anti-icing fluid endurance times on
    deployed flaps and slats; 
    
    2.2.3 	Investigating the effects of de/anti-icing fluids and ice
    phobic technologies on aircraft surfaces 		prone to icing; 
    
    2.2.4 	Examining the integrity of freezing and thawing thickened
    fluids and the resulting holdover times; 
    
    2.2.5 	Investigating the use of sensor technologies to detect
    icing on aircraft; 
    
    2.2.6 	Evaluating de/anti-icing fluid holdover times for various
    types of fluids and in various winter 		precipitation
    conditions; 
    
    2.2.7 	Investigating the potential of reduced effectiveness of
    de/anti-icing fluids on the interaction 		between the horizontal
    stabilizer and elevator of regional transport airplanes; 
    
    2.2.8 	The examination of how Outside Air Temperature (OAT) is
    used to determine frost holdover time 		tables; 
    
    2.2.9 	The development of visibility limits for heavy and very
    heavy snow; 
    
    2.2.10 	Full scale evaluation of de/anti-icing fluid endurance
    times on the horizontal stabilizer verses the 		wing; 
    
    2.2.11 	Investigation of aircraft nose cone as a suitable
    representative surface for determining 			de/anti-icing fluid
    condition during holdover times. 
    
    2.3 	The outcome of this work is significant for the aviation
    industry and constitutes a major part of 		research and
    development related to aircraft ground icing for the Government
    of Canada, its 		partners, and stakeholders. The Cold Climate
    Aviation Technologies (CCAT) program builds upon 	previous R&D
    testing in both a field and laboratory setting for the purposes
    of evaluating the 		performance of anti/de-icing fluids, the
    development and management of technical reports and 		holdover
    time tables, and assessing and investigating new and emerging
    technologies related to 		aircraft icing detection. The overall
    goal is to identify new solutions related to ground icing of
    		aircraft and correlate the performance of de/anti-icing
    products with the performance of actual 		aircraft wings, or
    other critical surfaces. The research results will be used to
    prepare de/anti-icing 		fluid holdover time tables, be published
    in technical reports, and be presented to the Canadian 		and
    international aviation community at various seminars and
    conferences.
    
    3. 	Criteria for assessment of the Statement of Capabilities
    (Minimum Essential Requirements) 
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets the following requirements; 
    
    3.1 	Experience 
    
    3.1.1 	The Contractor must have a minimum of 10 years of
    aviation related experience as of the ACAN 		closing date
    undertaking the following tasks: 
    
    3.1.1.1 	Testing and evaluating aircraft de/anti-icing fluids in
    an outdoor and indoor environment including 		testing on actual
    aircraft wings and representative flat plate surfaces at an
    airport facility and in a 		climatic cold chamber and
    aerodynamic wind tunnel; 
    
    3.1.1.2 	Developing test programs for de/anti-icing fluids
    through the analysis of fluid performance and 		processing
    relevant data to be used in the compilation of the fluid
    holdover time tables; 
    
    3.1.1.3 	Interacting with aviation related government regulatory
    agencies, academia, and other private 		sector organizations,
    managing high value aviation technical projects with competing
    concurrent 		tasks; 
    
    3.1.1.4 	Publishing aeronautical technical material and
    presenting this work at Canadian and international 		aviation
    seminars and conferences. 
    
    3.1.2 	The proposed supplier must have sufficient capability (a
    minimum of four (4) team members with 		scientific/engineering
    backgrounds and a minimum of two (2) team members with an
    			administrative background) to undertake several tasks
    concurrently. 
    
    3.2 	Knowledge and Understanding 
    
    3.2.1 	The Contractor must have knowledge and understanding of
    atmospheric precipitation conditions 		that could affect
    aviation winter operations such as freezing drizzle, freezing
    fog, clear ice, rime 		ice, ice pellets, ice crystals, frost,
    snow pellets, super cooled liquid water droplets, etc.; 
    
    3.2.2 	The Contractor must have knowledge of how to test and
    evaluate de/anti-icing fluids on metal 		plates and on actual
    commercial airplane wings in an indoor (climatic cold chamber
    and 			aerodynamic wind tunnel) and outdoor (airport facility)
    environment; 
    
    3.2.3 	The Contractor must have familiarity with Canadian and
    U.S. aviation regulations and standards 		regarding ground
    icing; 
    
    3.2.4 	The Contractor must have knowledge and understanding of
    the types of ice accretion affecting 		various airplane
    surfaces; 
    
    3.2.5 	The Contractor must have knowledge and understanding of
    data reduction and regression 		analysis techniques and methods; 
    
    3.2.6 	The Contractor must have knowledge of standards and
    procedures required for the publication of 		technical reports
    as well as holdover time tables. 
    
    3.3 	Academic Qualifications 
    
    At least one member of the supplier's scientific/engineering
    team must possess an undergraduate degree from a recognized
    university in the field of engineering. 
    
    4. 	Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreements:
    
    - Agreement on Internal Trade (AIT) 
    
    5. 	Justification for the Pre-Identified Supplier 
    
    This R&D work continues a major program of research, testing,
    and evaluation related to aircraft winter operations, much of
    which has already been conducted in the past by APS Aviation
    Inc. (APS). APS has acquired extensive experience and has
    developed a unique expertise in the areas of field and
    laboratory testing of de/anti-icing fluids as well as the
    investigation and evaluation of technologies to enhance de-icing
    and anti-icing of aircraft. 
    
    Much of this work is reliant on scientific and engineering
    expertise that requires the collection, analysis and
    manipulation of data and information that is utilized for the
    eventual development of guidelines, standards, recommended
    practices and/or other regulatory instruments both domestically,
    and on the international level. To that effect, it is of utmost
    importance that the quality, integrity, and the continuity of
    the data collected remain as consistent and reliable as possible
    to that which was previously collected in previous years. This
    ensures that the use of resources remains efficient, thorough,
    and cost effective to meet the project requirements. 
    
    To the best of Transport Canada's knowledge, APS Aviation Inc.
    of Montreal, Quebec is the only known supplier with the
    expertise and experience capable of performing the work which
    meets both the government's requirements and statement of
    capabilities. 
    
    6. 	Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts
    Regulations is (are) 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: 
    
    Agreement on Internal Trade (AIT) - Article 506.12 (b), "where
    there is an absence of competition 	for technical reasons and
    the goods or services can be supplied only by a particuliar
    supplier and 		not alternative or substitute exists." 
    
    8. 	Ownership of Intellectual Property 
    
    Canada intends to retain ownership of any Foreground
    Intellectual Property arising out of the proposed contract on
    the basis that the main purpose of the contract is to generate
    knowledge and information for public dissemination. 
    
    9. 	Period of the proposed contract or delivery date 
    
    The proposed contract is for a period of 7 months, from April 1,
    2015 to October 31, 2015 with two optional 1 year periods. The
    contract end date is estimated to be October 31, 2017. 
    
    10. 	Cost estimate of the proposed contract 
    
    The estimated value of the contract, including options, is
    estimated to be approximately $2,365,000.00 (GST/HST extra). 
    
    11. 	Name and address of the pre-identified supplier
    
    APS Aviation Inc 
    6700 Côte-de-Liesse, Suite 105 
    Montréal (St-Laurent), QC H4T 2B5 
    
    12. 	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. 
    
    13. 	Closing date for a submission of a statement of
    capabilities 
    
    The closing date and time for accepting statements of
    capabilities is March 30, 2015. 
    
    14. 	Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Jeff Schmidt 
    Supply Specialist 
    Acquisitions 
    Public Works and Government Services Canada - Ontario Region 
    33 City Centre Dr., Ste. 480, Mississauga, ON L5B 2N5 
    Telephone: 905-615-2058 
    Facsimile: 905-615-2060 
    Government of Canada
    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)

    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:

    • Exclusive Rights

    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
    Schmidt, Jeff
    Phone
    (905) 615-2058 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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
    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: