PC12 NG RECURRENT GROUND & SIM TRG

Solicitation number M7594-130931/A

Publication date

Closing date and time 2012/08/29 14:00 EDT


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    FlightSafety International Inc.
    3201 East Airfield Drive
    P.O.Box 613169
    DFW Airport
    Dallas Forth Worth Texas
    United States
    75261
    Nature of Requirements: 
    Advanced Contract Award Notice: Pilatus PC-12 NG (Next
    Generation) Ground and Simulator Training
    
    
    1.0	Introduction
    
    The Royal Canadian Mounted Police (RCMP) has a requirement for
    the provision of annual ground and simulator training for RCMP
    Pilatus PC-12 NG (Next Generation) pilots.  The purpose of this
    Advanced Contract Award Notice is to signal the government's
    intention to award a contract for these services to FlightSafety
    International, 3201 East Airfield Drive, Dallas Fort Worth,
    Texas.  Before awarding a contract, the government provides
    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 15
    calendar day posting period.
    
    If other potential suppliers submit statements of capabilities
    during the 15 calendar day posting period that meet the
    requirements set out in the ACAN, the government will proceed
    with a full tendering process on the government's electronic
    tendering service, in order to award the contract.
    
    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.
    
    
    2.0	Background
    
    Annual training is a Transport Canada requirement to ensure
    pilots maintain a specific level of safe competency. This
    competency is evaluated internally by RCMP Check pilots and a
    Certification of Proficiency is issued to complete the Transport
    Canada competency obligations. This statement of work is in
    accordance with the Air Services Operations Manual, section 6
    Training and Proficiency Requirements.
    
    
    3.0 	Scope of Requirement
    
    The following is a description and specifications of training
    requested for annual ground and simulator training for RCMP
    Pilatus PC-12 NG (Next Generation) pilots. Approximately 50
    pilots will require recurrent training and 3 pilots will require
    Initial Ground and Simulator Training annually.
    
    
    4.0 	Aircraft Technical Ground Training 	
    
    The training shall ensure that each flight crew member is
    knowledgeable with respect to Pilatus PC-12 NG aircraft systems
    and all normal, abnormal and emergency procedures.
    
    A minimum of 20 hours of ground school is required for initial
    pilot training.
    
    A minimum of 7.5 hours of ground school is required for
    recurrent pilot training.
    (As per Air Services Operations Manual 6.6.3)
    
    The following subjects must be included: 
    
    4.1	Aeroplane systems operation and limitations as contained in
    the aeroplane flight manual and 		aeroplane operating manual,
    and standard operating procedures;
    
    4.2	Operation of all equipment that is installed in all
    aeroplanes of the same type operated by the air 		operator;
    
    4.3	Differences in equipment that is installed in all aeroplanes
    of the same type in the air operator's 		fleet;
    
    4.4 	Applicable standard operating procedures for pilot flying
    and pilot not flying duties for normal, 		abnormal and emergency
    procedures for the aeroplane;
    
    4.5	Aeroplane performance and limitations; 
    
    4.6 	Weight and balance procedures; and
    
    4.7 	Honeywell Apex Avionics system overview including system
    failures and recoveries.
    
    
    5.0	 Aircraft Simulator Training 
    
    Flight simulator programs require:
    
    A minimum of 6 hours as pilot flying for initial pilot training.
    
    A minimum of 3 hours as pilot flying for recurrent pilot
    training. 
    (As per Air Services Operations Manual 6.6.3)
    
    The following subjects MUST be covered as contained in the
    Aeroplane Flight Manual:
    
    5.1	Procedures for normal, abnormal and emergency operation of
    the aeroplane systems and 		components including:
    	a)	Use of aeroplane checklists;
    	b)	Flight and cabin crew cooperation, command and coordination;
    	c)	Aeroplane fire on the ground and while airborne;
    	d)	Engine fire or failure;
    	e)	Effects of engine icing and anti-ice operation;
    	f)	Take-off, landing and flight with critical engine
    inoperative including drift down and engine 			inoperative
    performance capabilities;
    	g)	Loss of pressurization and emergency decent (as applicable);
    	h)	Flight control failures and degraded states of operation;
    	i)	Hydraulic, electrical and other system failures;
    	j)	Failure of Honeywell APEX navigation and communication
    equipment;
    	k)	Pilot incapacitation during take-off, landing and in-flight;
    	l)	Approach to the stall;
    	m)	Normal and abnormal flight characteristics applicable to the
    aircraft type. These may 			include such items as: Dutch roll,
    buffet boundary onset, jet upset, steep turns, etc.;
    	n)	Aeroplane performance for climb, cruise, holding, descent,
    landing and diversion;
    	o)	Normal, noise abatement and maximum performance take-off;
    	p)	Aircraft performance calculations, including take-off and
    landing speeds, weight and 			balance and centre of gravity;
    	q)	Rejected take-off procedures and rejected landings;
    	r)	Passenger and crew evacuation; and
    	s)	FMS, GPWS, TCAS, and other specialized aeroplane equipment
    as applicable.
    
    5.2	Flight planning and instrument flight procedures:
    	a)	Departure, enroute, holding, arrival and in-flight diversion;
    	b)	Precision, non-precision, and as applicable circling
    approaches, and missed approaches 			in minimum visibility
    conditions;
    	c)	Precision, non-precision, and, as applicable, circling
    approaches, and missed approaches 		using automatic, flight
    director and degraded states of operation; 
    	d)	All normal and emergency procedures applicable to the
    aircraft type;  
    	e)	Maneuvering of the aeroplane on the ground;
    	f)	Crosswind take-off and landings to 100% of the certificated
    crosswind component;
    	g)	Contaminated runway and crosswind take-off and landings to
    published demonstrated 			crosswind component (as applicable);
    	h)	A mix of no electronic aids, day, night and dusk visual
    circuits, approaches and landings. 			A visual flight training
    program in the flight simulator is required to ensure visual
    flight 			skills are developed in the aeroplane type; and 
    	i)	The training shall cover the following using both day and
    night scenarios where the flight 			simulator capability permits:
    Normal and crosswind take-offs, visual circuits and landings
    with variable winds, runway illusion and surface conditions;
    Engine inoperative approaches and landings;
    Engine failure procedures during take-off and missed approach;
    No electronic aids approaches and landings; and
    Approach and landings with degraded flight controls (as
    applicable).
    
    
    6.0	Simulator Requirement
    
    FAA/JAA - approved Level D Full Motion Simulator fitted with
    flight deck equipment of the Pilatus PC-12 NG model and
    Honeywell APEX Avionics System
    
    
    7.0	Period of the Contract
    
    The period of the Contract is from date of contract to September
    30, 2013 inclusive.
    
    The Contractor grants to Canada the irrevocable option to extend
    the term of the Contract by up to 4 additional 1 year period(s)
    under the same conditions.
    
    
    8.0	Value
    
    Total estimated value in US Funds is  $500,000.00 - $600,000.00
    per year.
    
    
    9.0	Pre-selected Supplier
    
    FlightSafety International is the pre-selected supplier. 
    FlightSafety International will provide a Pilatus PC-12 NG Level
    D Simulator for training, which is identical to the make and
    model that the RCMP utilizes.  Air services require RCMP Pilatus
    PC-12 pilots to complete annual recurrent training in an
    approved flight training device or simulator, and with a ground
    school curriculum that meets the RCMP standard.
    
    
    10.0	Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the contact person identified in the
    Notice on or before the closing date of this Notice.  The
    statement of capabilities must clearly demonstrate how the
    supplier meets the advertised requirements.
    
    
    11.0	Closing Date
    
    The closing date for accepting statements of capabilities is
    August 29, 2012.
    
    
    12.0	Contact Information
    
    All inquiries regarding this Notice are to be directed to:
    
    Renee Stephen
    Supply Specialist
    Public Works and Government Services Canada
    Acquisitions Branch
    Project Delivery Services Division
    Place du Portage
    Phase III, 10C1
    11, rue Laurier, Gatineau (Quebec)
    K1A 0S5
    
    Telephone: 	819-956-6973
    Facsimile: 	819-956-2675
    E-mail address: Renee.Stephen@tpsgc-pwgsc.gc.ca
    
    
    13.0	Trade Agreements
    
    This requirement is subject to the Agreement on Internal Trade
    (AIT).
    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
    Stephen, Renee
    Phone
    (819) 956-6973 ( )
    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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    Foreign
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: