Helicopter Flight Simulator Training

Solicitation number W8485-20SC11/A

Publication date

Closing date and time 2021/03/12 15:00 EST

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / 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: 
    CAE Aircrew Training Services plc
    RAF Benson
    Wallingford
    United Kingdom
    OX106AA
    Nature of Requirements: 
    
    Helicopter Flight Simulator Training
    W8485-20SC11/A
    
    Zdan, Tyler
    Telephone No. - (204) 509-5743
    Tyler.Zdan@pwgsc-tpsgc.gc.ca
    
    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 Royal Canadian Air Force (RCAF) has a requirement for helicopter flight simulator training for RCAF CH149 crews.
    
    The CH149 Cormorant is a sophisticated aircraft with a number of advanced systems to permit safe and effective accomplishment of Canada’s Search and Rescue (SAR) mission. It was recognized early that aircrew training for the Cormorant would be intensive and involve a variety of actual and synthetic training devices. The use of Merlin MK 3 (EH101) Full Motion Flight Simulator (FMFS) simulator training has successfully addressed many training issues and has reduced the flying hours required on the CH149 for ab-initio, conversion and continuation training. It is evident that this training must continue until such a time as the Canadian Armed Forces (CAF) can provide the equivalent training internally.
    
    
    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 its product/equipment/system (as appropriate) meets the following requirements: 
    
    3.1  The training must fulfill the following requirements:
    
    3.1.1  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.
    
    3.1.2  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.
    
    3.1.3  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.
    
    3.1.4  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):
    
    3.1.5  The Contract must also provide, in addition to continuation training, a minimum of 80 simulator hours per year for ab-initio training.
    
    3.1.6  Courses must take place at the Contractor’s location.
    
    3.1.7  Training courses must be presented in English.
    
    3.1.8  Training courses must be provided by presentation, lecture, simulation, audio/video presentation, group discussion and visit to support facilities, or a combination thereof.
    
    3.1.9  All capabilities and functions of the simulator must be fully operational, serviceable, and configured to enable Canadian training objectives to be met.
    
    3.1.10  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.
    
    3.1.11  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 in duration) will be conducted prior-to and following each training session.
    
    3.1.12  Parking must be available in close proximity (less than 100 m) to the simulator facility entrance.
    
    
    4. Applicability of the trade agreement(s) to the procurement:
    
    This procurement is subject to the following trade agreement(s):
    
    o Canadian Free Trade Agreement (CFTA)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    
    
    5. Justification for the Pre-Identified Supplier:
    
    There are currently no known alternate sources of supply or alternate service providers that meet all of the mandatory performance specifications identified in Item 3 above.
    
    
    6. Government Contracts Regulations Exception(s):
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection: 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:
     
    o Canadian Free Trade Agreement (CFTA) - Article 513.1(a)(i),(ii) and (iii); and Article 513.1(b)(iii)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XIII.1(a)(i),(ii) and (iii); and Article XIII.1(b)(iii)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.12.1(a)(i),(ii) and (iii); and Article 19.12.1(b)(iii)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10.2.(a)(i),(ii) and (iii); and Article 15.10.2(b)(iii)
    
    
    8. Ownership of Intellectual Property:
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    
    9. Period of the proposed contract or delivery date:
    
    The proposed contract is for a period of three (3) years, from September 1, 2021 (estimated start date) to August 31, 2024 (estimated completion date). The proposed contract will include three (3), one-year option periods.
    
    
    10. Cost estimate of the proposed contract: 
    
    The estimated value of the contract, including option(s), is $11,757,702.74 (GST/HST extra).
    
    
    11. Name and address of the pre-identified supplier:
    
    CAE Aircrew Training Services plc.
    RAF Benson
    Wallingford, Oxfordshire
    OX106AA
    United Kingdom
    
    
    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 12, 2021 at 2:00 p.m. CST).
    
    14. Inquiries and submission of statements of capabilities:
    
    Inquiries and statements of capabilities are to be directed to:
    
    Name: Tyler Zdan
    Title: Procurement Specialist
    Public Works and Government Services Canada
    Procurement Branch
    Telephone: (204) 509-5743
    E-mail address: Tyler.Zdan@tpsgc-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
    • 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)

    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 Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Zdan, Tyler
    Phone
    (204) 509-5743 ( )
    Email
    tyler.zdan@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Victory Building/Édifice Victory
    Room 310/pièce 310
    269 Main Street/269 rue Main
    Winnipeg, Manitoba, R3C 1B3

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.