Aircraft Arrestor System Parts
Solicitation number W0125-19AAS2/A
Publication date
Closing date and time 2019/12/17 15:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Exclusive Rights Comprehensive Land Claim Agreement: No Vendor Name and Address: Patlon Aircraft & Industries Limited 8130 Fifth Line Halton Hills Ontario Canada L7G0B8 Nature of Requirements: Aircraft Arrestor System Parts W0125-19AAS2/A Maki, Christie Telephone No. - (204) 891-6126 Fax No. - (204) 983-7796 christie.maki@pwgsc-tpsgc.gc.ca Aircraft Arrestor System Parts Supply and delivery of Arrestor Gear Parts The Department of National Defence (DND) has a requirement for the supply and delivery of Aircraft Arrestor System parts, kits and accessories for the Brake Arresting Kit 12 (BAK 12), Mobile Aircraft Arresting Systems (MAAS), Mobile Runway Edge Sheaves (MRES) and Cable Retraction System (BAK 14) Smart Arrest Systems currently in operation at various bases across Canada. The Aircraft Arrestor System (AAS) spare parts, kits and accessories must be compatible with Zodiac Arrestor System America formally known as Engineered Arresting Systems Corporation (ESCO) brands Arrestor Gear Systems. AAS are overhauled every 10 years and it is during this major overhaul that all critical components are changed out with new, overhauled or rebuilt using approved parts. Parts are also required for routine maintenance and operations for these systems and are typically drawn from Depot when required by users. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) The Aircraft Arrestor System spare parts, kits and accessories must be compatible with the following Zodiac Arrestor System America formally known as ESCO brands Arrestor Gear Systems: 1. BAK 12 Conventional 2. MAAS (Mobile Aircraft Arrestor System) PIV 3. MRES (Mobile Runway Edge System) 4. Light Weight Fairlead Beams 5. Deflector Sheaves 6. BAK 14 Hook Cable Support System (pit mounted- with heaters) 7. Smart Arrest The spare parts, kits and accessories will be purchased on an as required basis to the only known source that can meet the mandatory requirements. The Standing Offer will be for a period of 4 years. Material must be new production of current manufacture supplied by the principal manufacturer or its accredited agent. The estimated value of the Standing Offer is $10,500,000.00, including GST. Security Requirements: There are no Security Requirements associated with this requirement. Applicability of the trade agreement(s) to the procurement: The procurement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA) and Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Justification for the Pre-Identified Supplier Due to compatibility, interchangeability, and proprietary issues with the Original Equipment Manufacturer (OEM), Safran Aerosystems formally known as ESCO, Public Works and Government Services Canada (PWGSC) intends to negotiate, on behalf of DND, a standing offer with the only authorized Canadian Distributor, Patlon Aircraft & Industries Limited. 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". Quantity of the proposed Standing Offer The proposed Standing Offer is for a 4 year period. Name and address of the pre-identified supplier Patlon Aircraft & Industries Limited 8130 Fifth Line Halton Hills Ontario Canada L7G0B8 Delivery Date: Within 150 days of Call -up to Standing Offer. 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. 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
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
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:
-
Exclusive Rights
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Maki, Christie
- Phone
- (204) 891-6126 ( )
- Email
- christie.maki@pwgsc-tpsgc.gc.ca
- Fax
- (204) 983-7796
- Address
-
Victory Building/Édifice Victory
Room 310/pièce 310
269 Main Street/269 rue MainWinnipeg, Manitoba, R3C 1B3
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.