Aircraft Inspection and Repair

Solicitation number W8485-142138/A

Publication date

Closing date and time 2014/06/11 16:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Aircraft Inspection and Repair
    
    W8485-142138/A
    Allard, Ken
    Telephone No. - (204) 983-4920 
    Fax No. - (204) 983-7796
    
    
    
    THIS REQUIREMENT CONTAINS A SECURITY REQUIREMENT AT THE DATE OF
    BID CLOSING
    
    402 Sqn, based out of 17 Wing in Winnipeg, Manitoba, operates
    four CT142 Series 100 Dash 8 aircraft for the purpose of
    supporting basic Air Combat Systems Officer and Airborne
    Electronic Sensor Operator training.  The CT142 aircraft is a
    modified civilian Dash 8 model 102 aircraft (DHC-8-102).
    
    Between March 2009 and July 2011, all CT142 aircraft underwent a
    20-Year Mid-Life Structural Inspection equivalent in scope to
    the Dash 8 Series 100 Maintenance Program Manual (PSM 1-8-7, PSM
    1-8-7TC) "D" Check. A number of tasks conducted during the
    20-Year Inspection are subject to a 5-Year repeat interval which
    is coming due beginning in July 2014.
    
    DND requires a 5-year (Repeat) Structural Inspection and Repair
    of the RCAF's fleet of four CT142 Dash 8 aircraft, which are
    coming due on the following dates:
    
    	CT142804 - 31 July 2014;
    CT142803 - 13 October 2014;
    	CT142805 - 08 February 2016; and
    	CT142806 - 05 July 2016.
    
    All work including structural inspection, modifications and AWRs
    must be completed within 45 days of aricraft induction
    
    The Contractor must perform the in-plant inspection and repair
    of all CT142 Dash 8 Aircraft
    
    All tasks must be conducted in accordance with CFTO
    C-12-142-000/MN-001, Part 3.
    
    The Contractor must perform the DND-equivalent to the following
    deHavilland Dash 8 Series 100 Maintenance Program Manual (PSM
    1-8-7, PSM 1-8-7TC) AD, ED, CPCP and FD Tasks:
    
    The Contractor must perform AWRs (repairs) that arise as a
    result of the inspection package.
    
    The Contractor must perform the embodiment of the DND-equivalent
    to the following deHavilland Dash 8 Series 100 modifications:
    
    a.	SB 8-28-49 Rev A (ModSum 8Q902382) - Fuel - Fuel Quantity
    Gauging System (FQGS) - Wire Routing Segregation - Installation
    of a Top Hat Support between STN STN X-405 to X-424 at Y-38 -
    Long Range Aircraft - SFAR 88 Compliance;
    
    b.	SB 8-28-56 (ModSum 8Q902383) - Fuel System - Fuel Quantity
    Indication - Wire Routing Segregation, Installation of Dual
    Spacers (Long Range Aircraft) - SFAR 88;
    
    c.	SB 8-29-41 Rev D (ModSum 8Q101762) - Hydraulic Power -
    Hydraulic Tubing - Introduction of CRES Hydraulic Pressure
    Tubing in lieu of Aluminum Tubes in Passenger Compartment;
    
    d.	SB 8-29-42 (ModSum 8Q101679) - Hydraulic Power - Hydraulic
    Tubing - Center Wing and Empennage - Introduction of CRES
    Hydraulic Pressure Tubing in lieu of Aluminum Tubes;
    
    
    e.	SB 8-30-33 Rev L (ModSum 8Q100415) - Ice & Rain Protection -
    Wing Outboard - Relocation of De-Ice Boot Air Connection;
    
    f.	SB 8-57-44 Rev D (ModSum 8Q101512) - Fuel System - Fuel Tank
    Mechanical Design, SFAR Compliance; and
    
    g.	SB 8-57-45 Rev C - Wings - Replacement of Flight Spoiler
    Actuator Brackets.
    
    h.	SB 8-54-23 Rev C - Nacelles - Cold - Working to LH and RH
    Nacelle Lower Longeron Drain Holes for Improved Fatigue Life -
    Modification 8/1593
    
    
    The Contractor must be ISO 9001-2008 certified or, have an
    equivalent Quality Management System deemed acceptable to the
    Director Quality Assurance.
    Delivery Date: Above-mentioned
    
    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)

    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
    Allard, Ken
    Phone
    (204) 983-4920 ( )
    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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    0
    003
    French
    1
    000
    French
    7
    004
    French
    1
    005
    French
    1
    001
    French
    1
    005
    English
    8
    004
    English
    7
    001
    English
    13
    002
    English
    8
    000
    English
    63
    003
    English
    7
    French
    6
    English
    42

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: