SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Helicopter Flight Simulator Training

Solicitation number W8485-152968/A

Publication date

Closing date and time 2015/06/23 15:00 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: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    CAE Aircrew Training Services plc
    RAF Benson
    Wallingford
    United Kingdom
    OX106AA
    Nature of Requirements: 
    Helicopter Flight Simulator Training
    
    W8485-152968/A
    Almonte, Cathleen
    Telephone No. - (204) 984-6664 (    )
    Fax No. - (204) 983-7796
    
    Project Number: W8485-152968
    
    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.
    
    Description of Requirement:
    
    Public Works and Government Services Canada on behalf of
    Department of National Defence (DND)
    intends to solicit a bid and negotiate with CAE Aircrew Training
    Services for the provision of annual
    CH149 FMFS training to CAF/Royal Canadian Air Force (RCAF) CH149
    Pilots and Flight Engineers as a
    requirement for the maintenance of flying qualifications and
    currencies, including basic and advanced
    emergency training through the use of a Full Motion Flight
    Simulator (FMFS).
    
    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:
    
    1.1 	The training will fulfill the following requirements:
    
    1.1.1 	The Contractor must provide the RCAF with access to and
    use of a Full-Motion Flight Simulator
    	(FMFS) which will allow for Initial, Basic, or Conversion
    Training (hereafter referred to as Ab-
    	Initio) in an environment that approximates flying an
    EH101/CH149 helicopter. The FMFS must
    	be capable of providing simulation that allows students to
    attain a basic level of skill and
    	knowledge on various emergency procedures in order to be
    employed as, and hold, a basic flight
    	qualification.
    
    1.1.2 	The Contractor must provide the RCAF with access to and
    use of an FMFS which will allow for
    	Re-current or Continuation Training (hereafter referred to as
    Continuation) in an environment that
    	approximates flying an EH101/CH149 helicopter. The FMFS must be
    capable of providing
    	simulation that allows CH149 pilots and FEs already current on
    the CH149 to retain that currency.
    
    1.1.3 	The Contractor must provide the RCAF with access to and
    use of an EH101/CH149 FMFS
    	capable of providing simulation that allows for qualification
    at or above FAA Level-D standards for
    	personnel posted to the CH149 Operational Community in the
    capacity of but not limited to pilots
    	and FEs for the following simulation manoeuvers:
    
    a. 12 Hours SIM;
    b. Over Water Transition Down (OWTD) Flown;
    c. OWTD Monitored;
    d. OEI Procedure and Landing;
    e. Tail Rotor Malfunction; and
    f. Autorotations.
    
    1.1.4 	The Contractor must provide a minimum of 24 and a maximum
    of 30 continuation training
    	simulator sessions per year of 12 hours per session (288 - 360
    simulator hours per year):
    
    1.1.5 	The Contract must also provide, in addition to
    continuation training, a minimum of 80 simulator
    	hours per year for ab-initio training.
    
    1.1.6 	Courses must take place at the Contractor`s location.
    
    1.1.7 	Training courses must be presented in English.
    
    1.1.8 	Training courses must be provided by presentation,
    lecture, simulation, audio/video presentation,
    	group discussion and visit to support facilities, or a
    combination thereof.
    
    1.1.9 	All capabilities and functions of the simulator must be
    fully operational, serviceable, and
    	configured to enable Canadian training objectives to be met.
    
    1.1.10 	Canadian-style PALs must be installed, Flight Control
    trim functions must emulate the CH149
    	Cormorant, and the CCU display Hover page must emulate the CCU
    of the CH149 Cormorant.
    
    1.1.11 	The Contractor must provide a designated classroom in
    close proximity to the flight simulator for
    	the purpose of conducting pre-flight and post-flight
    debriefings. These briefings (up to 90
    	minutes) will be conducted prior-to and following each training
    session.
    
    1.1.12 	Parking must be available in close proximity (less than
    100 m) to the simulator facility entrance.
    
    Trade Agreement Application:
    
    This procurement is subject to the following trade agreement(s):
    
    Agreement on Internal Trade (AIT)
    North American Free Trade Agreement (NAFTA)
    World Trade Organization (WTO)
    
    Justification for the Pre-Identified Supplier:
    
    Government Contracts Regulations Exception(s)
    
    The following exception(s) to the Government Contracts
    Regulations is invoked for this procurement
    under subsection 6 (d) only one person is capable of performing
    the work.
    
    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, SECTION 12
    (b) 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
    
    North American Free Trade Agreement (NAFTA) - ARTICLE 1016,
    SECTION 2
    (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;
    
    World Trade Organization - Agreement on Government Procurement
    (WTO - AGP) - ARTICLE XV
    1. (b) 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
    
    Ownership of Intellectual Property:
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the
    Contractor.
    
    Period of the Proposed Contract:
    
    The period of the Contract is from 01 August 2015 to 31 March
    2018 inclusive with Canada retaining an
    irrevocable option to extend the Contract for an additional two
    (2) consecutive one (1) year periods.
    
    Cost Estimate of the Proposed Contract:
    
    The estimated value of the contract, including option(s) is $9M
    - $9.5M (GST/HST included)
    
    Name and Address of the Pre-identified Supplier:
    
    CAE Aircrew Training Services plc.
    RAF Benson
    Wallingford, Oxfordshire
    OX106AA
    United Kingdom
    
    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.
    
    Inquiries and submission of Statements of Capabilities:
    
    Inquiries and statements of capabilities are to be directed to
    
    Cathleen Almonte, B. Comm. (Hons.)
    Supply Specialist, Acquisitions Branch
    PO Box 1408
    100-167 Lombard Avenue
    Winnipeg, MB R3C 2Z1
    
    Telephone: (204) 984-6664 			Facsimile: (204) 983-7796
    E-mail: cathleen.almonte@pwgsc-tpsgc.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:

    • 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
    Almonte, Cathleen
    Phone
    (204) 984-6664 ( )
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    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
    Foreign
    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: