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)

    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
    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 10C1
    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

    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
    000
    English
    8
    001
    English
    5
    002
    English
    0
    002
    French
    4
    001
    French
    1
    000
    French
    1

    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
    British Columbia

    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: