Canada - Supply Bubble Windows--DFO (F6096-190006/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
18 February 2020
Opportunity publication date
01 February 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
Tendering Procedures: Generally only one firm has been invited to bid
Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
Provincial Aerospace Ltd.
Hangar No. 1
St. John's Int'l Airport
P. O. Box 29030
St. John's Newfoundland and Labrador
Canada
A1A5B5
Nature of Requirements:

Supply Bubble Windows--DFO

F6096-190006/A
Peach, Ryan
Telephone No. - (709) 690-9865

Line 1, Supply Bubble Windows--DFO

1. Advance Contract Award Notice

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 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 Requirement

Procure custom components, fabricate, and have Transport Canada certify three (3) custom bubble windows/window frames (2 forward and 1 right rear) for Twin Otter use during DFO aerial surveys, to be completed by 31 March 2020

Purchase, install, and certify:

Two (2) Emergency Exit Bubble Windows
Two (2) Emergency Exit Hatches PIN C6FF2248-1 (windows are installed in these)
One (1) Emergency Exit Door Bubble Window
One (1) Right Rear Cargo Door RIH PIN C6FF2249-17 (window is installed in this)

The bubble window/window frame construction and installation will be similar to those currently used by DFO in aerial surveys using Twin Otter aircraft.

Upon completion of the above procurement/modifications the two Emergency Exit Hatches and one Emergency Exit Door equipped with the bubble windows will be the property of Fisheries and Oceans Canada.

Required Transport Canada approval and certification will be arranged and copies of supporting documentation provided to DFO.

Delivery DDP:
Marine Mammal Section
Fisheries and Oceans Canada
NAFC, 80 East White Hills Road
St. John’s, NL A1C 5X1

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 its equipment meets the following requirements:

1.Engineering specifications for these three windows for this aircraft type.
2.An identified bubble window supplier.
3.Window frame fabrication facilities.
4.Aviation technical staff.
5.Relevant experience in aircraft parts procurement and custom window fabrication.
6.Relevant experience needed to obtain Transport Canada certification for the fabrication.

4. Applicability of the trade agreement(s) to the procurement

The procurement is subject to the following trade agreements:

01.) Canadian Free Trade Agreement (CFTA)
02.) North American Free Trade Agreement (NAFTA)

5. Justification for the Pre-Identified Supplier

The pre-identified supplier is the only supplier that we are aware of who offers a product which meets all the Minimum Essential Requirements listed above in point number 3.

6. Government Contracts Regulations Exception(s)

The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) - only one person is capable of performing the contract.

7. Exclusions and/or Limited Tendering Reasons

The following exclusion(s) and/or limited tendering reasons are invoked under the:

a. North American Free Trade Agreement (NAFTA) Article 1016: Limited Tendering Procedures

2 b) where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

b. CFTA Article 513: Limited Tendering

(b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
(iii) due to an absence of competition for technical reasons;

8. Delivery Date
All the deliverables is asked to be delivered on or before March 31, 2020.

9. Cost Estimate of the Proposed Contract

The estimated value of the contract, is approximately $273,686.00 including applicable tax)

10. Name and Address of the Pre-identified Supplier

PAL Aerospace Ltd.
St. John’s International Airport
Hangar 1
PO Box 290030
St. John, NL Canada
A1A 5B5

11. Suppliers Right to Submit a Statement of Capabilities:

Suppliers who consider themselves fully qualified and available to provide the 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.

12. Closing Date for a Submission of a Statement of Capabilities

The closing date and time for accepting statements of capabilities is February 18, 2020 at 2:00 p.m. NST.

13. Inquiries and Submission of Statements of Capabilities

Inquiries and statements of capabilities are to be delivered to:

Name: Ryan Peach
Title: Supply Officer
Public Works and Government Services Canada
Acquisitions Branch, Atlantic Region
Science, Professional Services and Marine
Address The John Cabot Building,
10 Barter’s Hill
P.O. Box 4600
St. John’s, NL
A1C 5T2

Telephone: 709 690-9865
Facsimile: 709 772-4603_
E-mail address: ryan.peach@pwgsc-tpgsc.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.

Opportunity closing date
18 February 2020
Value of contract
to be confirmed

About the buyer

Address
Fisheries and Oceans Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?