SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Aircraft System

Solicitation number W3999-18V019/A

Publication date

Closing date and time 2018/08/27 15:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / 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 System
    
    W3999-18V019/A
    Chubey, Karen
    Telephone No. - (204) 291-5928 
    Fax No. - (204) 983-7796 
    E-mail: karen.chubey@pwgsc-tpsgc.gc.ca
    
    The Department of National Defense (DND) Royal Canadian Air Force (RCAF) has a requirement for the supply and delivery of an Aircraft Arrestor System (AAS) in support of RCAF and North American Aerospace Defense Command (NORAD) or (North Atlantic Treaty Organization) (NATO) partner fighter aircraft flying in Canadian airspace for operations or training. Currently the RCAF operates 36 identical aircraft arrestor systems at 10 different locations across Canada to support safe fighter aircraft operations. Recently due to increased demand on these existing systems the RCAF requires one additional system to sustain operational requirements.
    
    Due to compatibility, interchangeability, and proprietary issues with the Original Equipment Manufacturer (OEM), Engineering Arresting Systems Corporation (ESCO), Public Services Procurement Canada (PSPC) intends to negotiate, on behalf of DND, with the only authorized Canadian Distributor, Patlon Aircraft & Industries Limited.
    
    Below is a list of the required deliverables in accordance with the minimum essential requirements:
    
    Deliverables
    
    A. Require one (1) set of AAS Absorbers NSN: 1710-01-603-8731 or equivalent.
    
    B. Original Equipment Manufacturer (OEM): Zodiac Aerospace, Engineered Arresting Systems Corporation (ESCO). 
    
    C. A set of Aircraft Arrestor Systems Absorbers NSN: 1710-01-603-8731 consists of 2 x BAK12 Smart Arrest absorbers, OEM Model Number 9D02569-1 or equivalent. 
    
    Criteria for assessment of the Statement of Capabilities 
    
    Minimum Essential Requirements 
    Any interested supplier must demonstrate by way of a statement of capabilities that its product meets the following requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its system equipment offering meets the technical, performance and environmental requirements as described in Paragraph 2.
    
    Any interested supplier must demonstrate that they have supplied the hardware for a minimum of 3 existing installations with any Aircraft Arrestor System clients. These systems must be based on the BAK12 Smart Arrest or a closely produced variant fully interchangeable and interoperable with existing the BAK12 Smart Arrest. 
    
    Any interested supplier must demonstrate that the systems they deliver meets MIL-STD-3035 (USAF) DEPARTMENT OF DEFENSE DESIGN CRITERIA STANDARD - USAF AIRCRAFT ARRESTING SYSTEMS (05 July 2013) for tail hook equipped fighter aircraft.
    
    The AAS must be fully interchangeable and interoperable with existing BAK 12 Smart Arrest System. The Contractor must ensure that all hardware is compatible with existing operating system, and
    Software for the Smart Arrest must be able to function and execute all its capabilities as ran on the current hardware. The Smart Arrest software is proprietary to the Original Equipment Manufacturer (OEM) and cannot be released to the public.
    
    The AAS must be fully interchangeable with existing AAS, including hardware and software, sustain operations, provide logistical support for parts, technical publications and personnel training for operation, maintenance and overhaul 
    
    
    Performance and Environmental requirements
    
    2. Requirements of the AAS BAK12 Smart Arrest Absorber, OEM 9D02569-1. The Smart Arrest Absorber shall be a velocity-sensitive rotary friction type based on split energy absorber concept. The energy absorbers shall be sited on the opposite sides of the runway. The AAS shall be compatible with tail hook equipped aircraft.
    
    A. Operating range, temperature -40°F to +140°F (-20°C to +60°C) and an altitude sea level to 10,000 ft (3 km).
    
    B. Dimensions: length 123.3 inches (3,132 mm), width 60.6 inches (1,540 mm), height 86.7 inches (2,202 mm).
    
    C. AAS shall have a minimum energy capacity of 98.5 million foot pounds (134 MJ) when engaged in either direction at a 1,200 foot (365 meters) run out setting.
    
    D. AAS shall be capable of arresting aircraft weighing up to 90,000 lbs (41,000 kg) at velocities up to 190 Kts (220 mph/ 350 km/h), subject to the above energy capacity limit.
    
    E. AAS shall be able to withstand aircraft hook engagements off-center up to 50% of semi-span with no reduction in energy capacity.
    
    F.  ASS shall during off-center arrestment exert no unbalanced steering force upon the aircraft, or have a moderate tendency to steer the aircraft toward the centerline during runout. 
    
    G. AAS shall provide for system runouts from 400 to 1,350 feet (120 to 410 meters) adjustable in 10 foot (3.5 meter) increments.
    
    H. AAS shall operate on spans from 80 to 300 feet (25 to 90 meters) with setbacks from 10 to 400 feet (3 to 122 meters).
    
    I. AAS Rewind System shall be electric motor driven, pin actuated, 575 VAC, 3 phase, 60 Hz, 30 horsepower (HP) at 1,775 rpm. 
    
    (1) Electric motor, contactor, controller and breaker shall be enclosed in a weatherproof electrical enclosure and shall be mounted on the frame with energy absorber base with adjustments for alignment. 
    
    (2) Electrical motor shall be equipped with a fluid coupler, rewind gear reducer and include sprockets and chain to provide power transmission from the electric motor to the rewind gear reducer to provide tape rewind capability.
    
    (3) Electric rewind shall be equipped with a cable or wireless remote operating controller.
    
    (4)  Rewind time 3 minutes (nominal) at 1,200 ft (366m) runout.
    
    J. The aircraft arresting system shall be designed and equipped with automatic computer / electronic control (Smart Arrest) to automatically sense aircraft engagement parameters and provide optimum deceleration at any preset run out. The arrest system shall have redundant electronics for reliable operation.
    
    (1) Computer shall consist of a computer capable of controlled application of braking force during the arrestment of an aircraft. The servo control computer system monitors arrestment conditions and adjusts the position of the servo valve to minimize deceleration loads on the aircraft and to bring the aircraft to a safe stop within the designed runout distance.
    
    (2) Velocity sensing system shall consist of magnetic pick-ups located in the lead off sheave and in the direct drive hydraulic pump and transmit data to the controller.
    
    (3) Power conditioning system shall consist of a power supply to convert alternating current from the AAS main panel to direct current for use by the computer system.
    
    (4) Back-up system shall consist of an alternate computer system capable of performing system calculations from the magnetic pick-ups to safely arrest the aircraft within the programmed parameters.
    
    (5) Data recording system shall consist of arrestment data to include aircraft velocity, runway engaging point and span, and provide a means for the data to be recorded for retrieval at a later time.
    
    (6) Fail-safe system shall consist of a mechanical capability to safely arrest the aircraft within 1200 feet of engaging the pendant, the failsafe system shall be totally independent and does not use the computer to stop the aircraft.
    
    K. All material and parts used in manufacturing the AAS shall be new, of current manufacture, of a high grade and free from all defects and imperfections and shall not have been used in prior service except as required during testing.
    
    L. Each AAS shall include two (2) system operation and maintenance manuals, parts breakdown manuals, electronic manuals are acceptable.
    
    M. F.O.B. to 86 Airfield Services and Utilities Flight (86 ASU), 8 Wing Trenton, P O Box 1000, Stn Forces, Astra, Ontario K0K 3W0.
    
    N. Delivered on-site no later than 31 March 2019.
    
    O. One year manufacturer’s commencing on the equipment into service date.
    
    Justification for the Pre-Identified Supplier 
    Patlon Aircraft and Industries Limited is the only known supplier that can supply and deliver Aircraft Arrestor System (AAS) BAK12 Smart Arrest meeting all the technical, performance and environmental requirements.
    
    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". 
    
    Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked: 
    This requirement is exempt from the:
    
    North American Free Trade Agreement (NAFTA), World Trade Agreement - Agreement on Government Procurement and Canada-European Comprehensive Economic and Trade Agreement (CETA).   It is exempt from NAFTA as it is not listed in Annex 1001.1b-1, Section B list of specified goods and CETA/WTO-AGP has the same exemptions listed in Appendix 1 of the agreement
    
    The following limited tendering reasons pertain to this requirement:
    • Canadian Free Trade Agreement (CFTA) Article 513 2(b) ii the goods or services can be supplied only by a particular supplier and no alternative or substitute exists for the following reason: ii: the protection of patents, copyrights, or other exclusive rights iii) due to an absence of competition for technical reasons v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative
    • North American Free Trade Agreement (NAFTA) 
    - Article(s) 1016.2(b) 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 Agreement Agreement on Government Procurement  Article XV b) 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.
    • Canada-European Comprehensive Economic and Trade Agreement (CETA) Article 19b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons: the requirement is for a work of art; the protection of patents, copyrights or other exclusive rights; or due to an absence of competition for technical reasons;
    
    Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the vendor Contractor as described. 
    The Government of Canada has the right to use, reproduce, display or disclose data contained in these documents only within the Canadian Government
    
    The Vendor retains all intellectual property rights to Smart Arrest documents and all of the information contained therein.
    
    The Vendor retains all intellectual property rights to BAK12 Smart Arrest documents and all of the information contained therein. The Government of Canada has the right to use, reproduce, display or disclose data contained in these documents only within the Canadian Government.
    
    Period of the proposed contract or delivery date 
    
    Delivery is required by March 31 2019.
    
    Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $1,000,000 - $1,010,000 (GST/HST included). 
    
    Name and address of the pre-identified supplier 
    
    Patlon Aircraft and Industries Limited
    8130 Fifth Line 
    Hallton Hills, ON  K0K 3W0
    
    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.
    
    Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is August 27, 2018 at 2:00 p.m. CDT. 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Karen Chubey
    Procurement Specialist 
    Telephone: 204-291-5928
    Facsimile:   204-983-7796
    E-mail: karen.chubey@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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Chubey, Karen
    Phone
    (204) 291-5928 ( )
    Email
    karen.chubey@pwgsc-tpsgc.gc.ca
    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
    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: