HELICOPTER CHARTER
Solicitation number F1045-100129/B
Publication date
Closing date and time 2012/05/22 14:00 EDT
Last amendment date
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: HELICOPTER CHARTER F1045-100129/B Kolar, Susan Telephone No. - (819) 956-6386 ( ) Fax No. - (819) 956-9235 This bid solicitation cancels and supersedes previous bid solicitation number F1045-100129/A dated June 30, 2011 with a closing of July 19, 2011 at 2:00pm EDT for the following two streams only: Stream 2 - Base or Bases of Operation Vernon/Salmon Arm BC; and Stream 3 - Base or Bases of Operation Williams Lake/Quesnel BC. Fisheries & Oceans Canada (DFO) conducts multiple aerial inspections of salmon streams in the interior of British Columbia (BC) to estimate spawning population sizes for Chinook, Sockeye and Coho salmon. DFO also conducts multiple enforcement patrols. Flying for the purpose of spawner enumeration and enforcement compliance is very specialized. Therefore, DFO requires the use of rotary-wing aircraft that meet specific performance and configuration requirements and requires that the pilots have related flying experience. DFO requires the charter of rotary-wing aircraft for aerial enumeration of spawning salmon in Vernon/Salmon Arm BC and Williams Lake/Quesnel BC, and also for enforcement activities in Williams Lake/Quesnel BC. Pilots are required to fly for extended periods, e.g. up to 7 hours per day, at low speeds and low levels, e.g. less than 200 feet above ground level. DFO also requires that pilots fly the aircraft in a "crab" manner, i.e. rear of the aircraft slightly canted to the centre of the stream, to provide the best possible view of the river to observers, both of whom are seated on the passenger side of the aircraft, but without causing fish to flee due to the presence of the helicopter. In addition, there are specific requirements for number of pilots and pilot experience for each Base of Operations. Due to the nature of DFO specialty flight operations, e.g. often in mountainous terrain (at altitudes up to 6500 feet above sea level) and low-level, slow speed flight over water and among trees, DFO requires the use of rotary-wing aircraft that meet specific performance and configuration requirements. The aircraft provided by the Contractor must be equipped with a two-bladed turbine engine (to minimize downwash and other stimuli that may negatively affect viewing or scare fish) and must have a minimum fuel capacity of 345 litres (approximately 3 hours of flight time). The cabin must be configured so that the pilot is situated on the starboard (right) side of the aircraft, enabling observers to be seated on the port (left) side of the aircraft. The aircraft must have a minimum of three passenger seats to accommodate at least two observers and necessary gear. In the case of enforcement patrols, this may include transport of seized items such as fish and fishing gear. In addition, there are specific requirements for aircraft equipment and/or door configuration for each Base of Operations. There may be more than one Contract issued for this requirement, based on the evaluation. Individual Contracts may be issued for each of the following Bases of Operations, noting that, for the purposes of bid submission and evaluation, Vernon/Salmon Arm BC is considered to be one Base of Operations and Williams Lake/Quesnel BC is considered to be one Base of Operations: Vernon/Salmon Arm BC and Williams Lake/Quesnel BC. The period of the Contract is from date of Contract to March 31, 2013 inclusive. The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to three additional one-year periods under the same conditions. 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
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Kolar, Susan
- Phone
- (819) 956-6386 ( )
- Fax
- (819) 956-9235
- Address
-
11 Laurier St./11, rue Laurier
Place du Portage/, Phase III
Floor 10C1/Étage 10C1Gatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.BK__ZL.B102.E24377.EBSU000.PDF | 000 |
English
|
8 | |
ABES.PROD.BK__ZL.B102.E24377.EBSU001.PDF | 001 |
English
|
5 | |
ABES.PROD.BK__ZL.B102.E24377.EBSU002.PDF | 002 |
English
|
0 | |
ABES.PROD.BK__ZL.B102.F24377.EBSU002.PDF | 002 |
French
|
4 | |
ABES.PROD.BK__ZL.B102.F24377.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.BK__ZL.B102.F24377.EBSU000.PDF | 000 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.