FIXED WING AIRCRAFT SERVICES

Solicitation number W8485-14KS04/A

Publication date

Closing date and time 2015/01/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: The bidder must supply Canadian goods
    and/or services
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    SEAIR SEAPLANES LTD.
    4640 Inglis Drive
    Richmond British Columbia
    Canada
    V7B1W4
    Nature of Requirements: 
    This amendment includes the following update:
    
    1.	Insert the following at the bottom of this notice.
    
    14. 	Security Requirement
    
    There is a security requirement with this procurement. At
    Contract award, the supplier must hold a valid security
    clearance of Reliability Status.
    
    --------------------------------------------
    
    Fixed Wing Aircraft for Sonobuoy testing - W8485-14KS04
    
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders is the sole authoritative source for
    Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    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
    
    a)	The Department of National Defence has a requirement for a
    charter service of a commercial 		aircraft to provide air drop
    test and associated services at the Canadian Forces Maritime
    	Experimental and Test Ranges. 
    b)	The Department of National Defence requires a modified
    DeHavilland DHC-2 Turbo Beaver	
    	designed to mount government supplied sonobuoy launch
    equipment. The work is to be
    	performed at the Canadian Forces Maritime Experimental and Test
    Ranges in Nanoose Bay, 	
    	British Columbia. 
    c)	The Department of National Defence assesses the quality of
    production sonobuoys by taking		samples and airdrop testing 
    them at the Canadian Forces Maritime Experimental and Test
    	Ranges.
    d)	The service is required, on an as and when requested basis.
    Although the duration and frequency		of the work to be performed
    will vary considerably in accordance with the range workload,
    typical		utilization will be on the order of  2 or 3 days of
    work per month with occasional periods of work
    	of as high as 10 days per month or as few as 0 days per month. 
    A typical workday would
    	require	transit to and from the range plus 1 hour of on-site
    flying time and 3 hours of standby 
    	time (landed and shut-down on-site).
    
    The requirements include, but are not limited to providing:
    
    a)	The supplier's closest permanent base must be located no
    greater than 50 air miles from the		Canadian Forces Maritime
    Experimental and Test Ranges in Nanoose Bay, British Columbia.
    b)	The supplier must provide the exclusive use of the aircraft
    for the duration of each particular		request for service.  A
    minimum of 12 hours advanced notice will be provided.
    c)	The supplier must have available at all times, a minimum of 1
    additional aircraft of the same type		and model, as a back-up
    which must be capable of providing a fully equivalent service by
    the
    	next working day of when the primary aircraft becomes
    unserviceable or unavailable.
    d)	Sonobuoy drop tests are carried out over an altitude range of
    80 to 3,000 meters and over a		required speed range of 80 to 230
    kilometers per hour (km/h).  The aircraft must be capable of	
    	dropping sonobuoys within these ranges up to and including the
    maximum Indicated Air Speed 		(IAS) of 230 km/h in level flight.
    e)	The primary and back-up aircraft must be capable of being
    fitted with government supplied		sonobuoy launch equipment, and
    must have a volumetric capacity for sonobuoy
    launch/storage		requirements and must have the avionics
    necessary for the safe and expeditious completion of		the work
    assigned.  The aircraft must be capable of accepting the
    sonobuoy launch equipment,		at no cost to the Crown.
    f)	For information purposes, the launcher is designed to mount
    in place of the rectangular camera		hatch normally located on
    the floor of the aircraft. The Sonobuoy Launch Container (SLC)
    	launcher also requires the installation of "hard-points"
    adjacent to the camera hatch.  Details of		this modification,
    which shall be incorporated in all aircraft (including the
    back-up aircraft), will		be supplied.
    g)	The Sonobuoy Launcher System is specifically designed to work
    with a DHC-2 Turbo Beaver		Aircraft.
    h)	The design, fitment and attainment of a Limited Supplemental
    Type Certificate Certification of		Airworthiness from Transport
    Canada for the necessary modifications and the installation
    of		the sonobuoy launchers and their related equipment is the
    responsibility of the supplier, at no		cost to the Crown.  The
    Contractor must provide a Limited Supplemental Type Certificate		
    	approved by a Transport Canada authorized inspector or engineer
    that the modifications have		been carried out and meet all
    airworthiness requirements, for each aircraft.
    i)	The aircraft (including the back-up aircraft) must be
    equipped with both a VHF AM and VHF		FM  transceiver.  The
    Supplier is responsible for this equipment.
    j)	The supplier must provide 1 experienced pilot holding a valid
    Transport Canada licence for the		type of aircraft supplied,
    together with 1 crewman/loader, if required.
    k)	The crewman/loader must be qualified in the loading/unloading
    requirements, under the		
    	direction of the Range Test Director who will provide training
    and determine if the		
    	crewman/loader is qualified.  The Commanding Officer must also
    determine whether the
    	crewman/loader is required for any particular test.  The
    Supplier must ensure that the trained		and qualified
    crewman/loader is available for each particular request for
    service.
    l)	The aircraft crew must be capable of monitoring and
    communicating with other aircraft			on normal aircraft VHF AM
    radio for flight safety reasons on the test range, while
    concurrently		monitoring and communicating on the  sonobuoy
    operations control radio net operating on			142.515 MHz VHF FM.
    
    Items to be supplied by DND: 
    
    a)	a "two-shot" Cartridge Activated Device Sonobuoy Launcher
    complete with electrical launch		control box, electrical wiring
    and sonobuoy stowage racks;
    b)	two "Hard Point" kits for adapting the aircraft to take the
    shock of a CAD Launcher installed in 
    	the Camera Hatch, if required;
    c)	modification instructions and drawings for installation of
    the Sonobuoy Launch Container
    	launcher and "Hard Point" kit; and
    d)	Sonobuoy  loading and launching instructions.
    
    
    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 it meets the
    following requirements:
    
    Is capable of providing similar scope of services as defined
    above in article 2 - Definition of the	Requirement.
    
    
    4.	Applicability of the Trade Agreement(s) to the Procurement
    
    This procurement is subject to the following trade agreement(s):
    
    a)	Agreement on Internal Trade (AIT).
    
    
    5.	Justification for the Pre-Identified Supplier
    
    Seair Seaplanes Ltd., is the only known Supplier with a Base
    located within 50 air miles of Nanoose Bay that can provide the
    exclusive use of the aircraft required.  Both aircraft have been
    fitted with the required equipment and the Supplier holds a
    Limited Supplemental Type Certificate Certification of
    Airworthiness from Transport Canada for both aircraft.
    
    
    6.	Government Contracts Regulations Exception(s)
    
    Section 6 (d) of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    
    
    7.	Exclusions and/or Limited Tendering Reasons
    
    The following limited tendering reasons are invoked:
    
    a)	Limited Tendering
    
    Article 506.12(b) of the Limited Tendering Provision is
    applicable on the basis of the absence of
    competition for technical reasons and the services can be
    supplied only by a particular supplier and no alternate or
    substitute exists.
    
    
    8.	Period of the Proposed Contract or Delivery Date
    
    The proposed contract is for a period of 3 years, from an
    estimated start date of April, 2015 to March, 2018. There is an
    option period of two - one year periods.
    
    
    9.	Cost Estimate of the Proposed Contract
    
    The estimated value of the contract in Canadian funds, including
    option(s), is:
    
    $1,300,000.00 excluding GST/HST.
    
    
    10.	Name and Address of the Pre-Identified Supplier
    
    Seair Seaplanes Ltd.,
    4640 Inglis Drive,
    Richmond, British Columbia
    Canada
    
    
    11.	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.
    
    
    12.	Closing Date for a Submission of a Statement of Capabilities
    
    The closing date and time for accepting statements of
    capabilities is:
    
    January 6th, 2015 at 2:00 p.m. EDT.
    
    13.	Inquiries and Submission of Statements of Capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Stefan Ruest
    Supply Officer
    Public Works and Government Services Canada
    Acquisitions Branch
    Special Procurement Initiatives Directorate
    Place du Portage
    Phase III, 10C1
    11, rue Laurier, Gatineau (Quebec)
    K1A 0S5
    
    Telephone: 	819-956-5848
    Facsimile: 	819-956-2675
    E-mail address: stefan.ruest@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

    • 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
    Ruest, Stéfan
    Phone
    (819) 956-5848 ( )
    Fax
    (819) 956-2675
    Address
    11 Laurier St./11, rue Laurier
    Place du Portage/, Phase III
    Floor 10C1/Étage 10C1
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    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
    British Columbia
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: