HELICOPTER MAINT & LIFECYCLE COST

Solicitation number F7013-120030/A

Publication date

Closing date and time 2013/02/05 14:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Conklin & de Decker
    1006B North Bowen
    Arlington Texas
    United States
    76012
    Nature of Requirements: 
    HELICOPTER MAINT & LIFECYCLE COST
    
    F7013-120030/A
    Rocan, Pierre
    Telephone No. - (819) 956-1374
    Fax No. - (819) 956-2675
    
    ADVANCE CONTRACT AWARD NOTICE (ACAN)
    
    Project: Helicopter Maintenance & Lifecycle Cost Consulting
    Services
    
    The Canadian Cost Guard (CCG) has a requirement for the
    provision of the services of a contractor to conduct an
    independent Consulting Services for the development of
    evaluation criteria, necessary templates and tools to perform a
    comparative analysis of lifecycle and maintenance costs
    associated with the operation and support of the planned new CCG
    fleet of helicopters for the next 30 years.
    
    The purpose of this Advance Contract Award Notice (ACAN) is to
    signal the government's intention to award a contract for this
    service to Conklin & de Decker, 1006-B North Bowen, Arlington,
    Texas 76012. Before awarding a contract, however, the government
    would like to provide other suppliers with the opportunity to
    demonstrate that they are capable of satisfying the requirements
    set out in this Notice, by submitting a statement of
    capabilities during the fifteen (15) calendar day posting period.
    
    If other potential suppliers submit a Statement of Capabilities
    during the fifteen (15) calendar day posting period that meets
    the requirements set out in the ACAN, the government will
    proceed to a full tendering process on either the Government
    Electronic Tendering Service or through traditional means, in
    order to obtain the services.
    
    If no other supplier submits, on or before the closing date, a
    Statement of Capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the proposed contractor
    mentioned above.
    
    
    Background
    
    The Helicopter Project is procuring up to 24 new helicopters to
    renew CCG's helicopter fleet as well as flight simulator
    capabilities. These assets are expected to be brought into
    service between 2014 and 2018. 
    
    The renewal of CCG's helicopter fleet is expected to encompass
    the following components:
    
    Up to 22 new helicopters to renew the capability of CCG's
    existing fleet of 22 helicopters;
    Two helicopters to support the new Polar Icebreaker CCGS John G.
    Diefenbaker; and
    options for a Flight Simulator. 
    
    A key component of the Helicopter Project will be the evaluation
    of commercial helicopter lifecycle and maintenance costs to
    support the operation of the new Helicopter fleet. The
    evaluation plan will form part of the Request for Proposal and
    will be based upon the PWGSC guidance material found in section
    5 of the Supply Manual
    https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisiti
    on-clauses-and-conditions-manual.  The evaluation template for
    lifecycle and maintenance costs will form part of the evaluation
    package and will be used by the Helicopter Project Evaluation
    Team to assess and determine costs associated with the operation
    and maintenance of the proposed solution.
    
    Requirements
    
    Objectives of the Requirement
    The objective of this task is to develop the evaluation criteria
    and necessary tools to form part of the Helicopter Project
    Request For Proposal (RFP) and to analyse the costs associated
    with operating and maintaining the existing fleet. 
    
    The contractor must use their professional expertise to provide
    services to complete the work and must include, but not be
    limited to the tasks outlined below. As part of the proposal
    submission, the contractor must submit to the Deputy Project
    Manager a Project Plan on how to achieve each of the tasks
    detailed below, listing the various tasks, level of effort and
    time required to complete each of outlined tasks. 
    
    The Helicopter Maintenance & Lifecycle Cost Contractormust
    complete the following tasks:
    
    1.	Develop the evaluation criteria and necessary tools to form
    part of the RFP package to enable CCG to record the required
    commercial helicopter maintenance and lifecycle information from
    bidders;
    2.	Develop an RFP evaluation plan pertaining to the evaluation
    of lifecycle and maintenance costs for the proposed helicopter
    solutions;
    3.	Assist CCG in evaluating the lifecycle and maintenance costs
    associated with the various proposal;
    4.	Develop the detailed parameters for life cycle cost analysis,
    including component and engine overhaul, as it pertains to CCG
    operation of the new helicopter fleet over 30 years;
    5.	Develop and analyse the detailed parameters for life cycle
    cost, including component and engine overhaul, as it pertains to
    CCG operation of the existing helicopter fleet;
    6.	Develop a template for incorporation in the RFP package for
    bidders to use to supply the necessary commercial helicopter
    maintenance and life cycle information pertaining to each
    proposed helicopter to populate the Commercial Life Cycle Cost
    computer program modules including:
    
    a.	Fuel consumption for one or more standard flight profiles;
    b.	Routine and non-routine Maintenance costs including labor
    hours as well as detailed costs, overhaul/replacement intervals,
    premature removal rates for all major aircraft and engine
    components taking into consideration the environment the
    aircraft will be operated and the missions accomplished such as
    long lining off ships, arctic operations,  extensive shipboard
    operations; and
    c.	Length and extent of warranty for the airframe, engines and
    avionics.
    
    7.	Develop instructions to bidders for use of the developed
    helicopter Life Cycle Cost template;
    8.	Establish evaluation criteria and evaluation plan for data
    submitted by the various bidders. This evaluation criteria and
    plan shall be developed and documented prior to the proposal due
    date. It will include the following elements:
    a.	Analyze Commercial Helicopter Life Cycle Cost data
    submissions to assure; 
    ·	Completeness of cost submissions for the proposed helicopter
    and to ensure conformance with required template format
    ·	Use the Commercial Life Cycle cost computer program to
    validate costs associated with each proposed helicopter by
    comparing data with comparable costs from equivalent commercial
    helicopter models, 
    b.	Identify areas where clarification questions to individual
    bidders are appropriate;
    ·	Establish weighting factors to be applied to various cost
    areas, if appropriate.
    ·	Develop timeline for evaluating the Life Cycle Cost for each
    model helicopter submitted by each bidder.
    ·	Develop secure communication protocols for transmitting data
    between the Canadian Coast Guard and the Consultant
    c.	Participate in bidder's conference if required; and
    d.	Assist with preparing answers to questions submitted by
    potential bidders about the Life Cycle Cost analysis portion of
    the RFP.
    
    9.	After submission of the proposals the Contractor shall
    accomplish the steps outlined in the evaluation criteria and
    plan. The Contractor will be responsible to accomplish the
    following:
    a.	Analyze the proposals to assure compliance with the RFP
    requirements, as well as the completeness and realism of the
    submissions required for the Life Cycle Cost analysis;
    b.	Prepare proposed clarification questions where the proposal
    from a particular bidder falls short in the Life Cycle Cost area;
    c.	Accomplish the Life Cycle Cost analysis for each model
    helicopter proposed by each bidder, using the Life Cycle Cost
    model and weighting factors (if any) prepared for the analysis
    (as discussed above);
    d.	Prepare report of the analysis and findings for each model
    and bidder for use by CCG proposal evaluation personnel; and
    e.	Participate in teleconferences and meetings, as required to
    explain analysis results and answer questions about each
    bidder's Life Cycle Cost results.
    
    All communication and documentation pertaining to this project
    must be in English.
    
    
    
    
    
    Basis for Canada's Ownership of Intellectual Property
    
    The CCG has determined that any intellectual property rights
    arising from the performance of the Work under the resulting
    contract will belong to Canada, on the following ground: where
    the material developed or produced consists of material subject
    to copyright, with the exception of computer software and all
    documentation pertaining to that software.
    
    
    
    Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a Statement
    of Capabilities that it meets the following requirements: 
    
    The Contractor must have developed and owned a proven Life Cycle
    Cost software program and database pertaining to commercial
    light and medium helicopters to be used in the conduct of this
    work, which provides detailed analysis of the long term cost of
    operation and maintenance of specific makes and models of
    commercially available light and medium helicopters, including
    all current in-production rotary wing aircraft.
    
    Using the Life Cycle Cost software program and database, the
    Contractor must provide operation and maintenance budget cost
    data for all in-production commercially available helicopter
    make and models for up to 30 years. The software must be able to
    calculate when specific maintenance actions are due based on
    hours, cycles and/or calendar time as specified by the
    maintenance program for that make and model of aircraft and the
    accompanying database provides the required cost data. The data
    must be presented as an annual budget and includes detailed
    breakouts for all major maintenance cost items. 
    
    The Contractor must have proven experience providing their Life
    Cycle Cost software programs and databases pertaining to
    commercial aircraft to government organizations and corporations
    to analyze the long term cost of operation and maintenance of
    commercial aircraft.
    
    The Contractor must have consulting management experience where
    they have used their Life Cycle Cost software program and
    database to support a variety of government as well as
    commercial and private business aircraft operators to analyze
    and compare the operation and maintenance costs of various
    aircraft prior to their purchase decision. 
    
    The Contractor must have proven experience in meeting all tasks
    listed in the "Requirements" section of this document.
    
    The Contractor must provide Support with the preparation,
    evaluation and analysis of the cost portion of their new
    aircraft solicitations. 
    
    
    Period of Contract
    
    The period of the Contract is from date of Contract issue to May
    31, 2013 inclusively. 
    
    
    The Cost of the Requirement
    The total cost of the Requirement is $50,000.00 including
    applicable taxes
    
    
     
     
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority 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 statements of capabilities are to be directed to:
    
    Pierre Rocan
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Services and Technology Acquisition Management Sector
    Professional Services Procurement Directorate
    Business Management and Consulting Services Division
    Place du Portage, Phase III
    11 Laurier Street, 10C1
    Gatineau, Quebec   K1A 0S5 
    Telephone: 819-956-1374
    E-mail: pierre.rocan@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

    • No trade agreements are applicable to this solicitation process

    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
    Rocan, Pierre
    Phone
    (819) 956-1374 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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)

    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: