Canada - Used Bombardier DASH 8 Aircraft (T8493-190005/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
08 July 2019
Opportunity publication date
22 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
Tendering Procedures: All interested suppliers may submit a bid
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
Avmax Aviation Services Inc.
3691-19ST NE
Calgary Alberta
Canada
T2E7G5
Nature of Requirements:

Used Bombardier Dash 8 Aircraft

Trade Agreement: Canadian Free Trade Agreement (CFTA),World Trade Organization - Agreement on Government Procurement (WTO-AGP),North American Free Trade Agreement (NAFTA),Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Tendering Procedures: Generally only one firm has been invited to bid
Non-Competitive Procurement Strategy: Only one person is capable of performing the work due to an absence of competition for technical reasons.
Comprehensive Land Claim Agreement: No
Vendor Name and Address: AVMAX, 2055 Pegasus Road, Calgary, AB T2E 8C3
Nature of Requirements: Used Bombardier Dash 8 100 series Aircraft

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

Public Works and Government Services Canada (PWGSC) on behalf Transport Canada (TC) has a requirement for the supply and delivery of one (1) used Bombardier Dash 8 100 series aircraft. All equipment must be delivered on or before September 1, 2019.

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 mandatory requirements:

3.1 Aircraft

3.1.1 The aircraft must be a used Bombardier DASH-8 102 model or higher.

3.1.2 The contractor must provide a valid Certificate of Airwrthiness meeting Transport Canada requirements no later than at delivery acceptance.

3.1.3 The aircraft must have less than 20,000 cycles (landings) since new (CSN).

3.1.4 Standard Dash 8 Lavatory with flush toilet
3.1.5 Standard Dash 8 Galley provisions and or food storage areas
3.1.6 The life of all life limited components must have a minimum of 30,000 cycles remaining.
3.1.7 All airframe components must have a minimum of 24 months remaining before their next required overhaul
3.1.8 Cockpit USB Power Outlets in a location accessible to each pilot to charge an Electronic Flight Bag (EFB)
3.1.9 The contractor must deliver the aircraft painted in the Transport Canada NASP livery in accordance with ASD supplied drawing number DWG 1636M-885.
3.2 Avionics

The Bombardier Dash-8 aircraft was built with a standard avionics suite installed at the factory to include the Sperry SPZ-8000 Digital Automatic Flight Control System and full Collins package radio suite. Other navigation and communication equipment that must be present in the aircraft include:

3.2.1 Minimum one (1) Traffic Collision Avoidance System (TCAS) (TSO-C147)
3.2.2 Minimum two (2) TCAS VSI traffic alerts
3.2.3 EGPWS-enhanced ground proximity warning system
3.2.4 Weather radar- Sperry WX800
3.2.5 Minimum two (2) FMS UNS-1E or higher

3.2.6 Minimum one (1) dual channel flight director system or two (2) flight director systems

3.2.7 Dual Attitude and Heading Reference System (AHRS) that meet directional navigation requirements for operation in northern magnetic unreliability areas

3.2.8 Minimum two (2) DME (Distance Measuring Equipment)

3.2.9 SFIM APIRS F227 AHRU – Northern Latitude Compass

3.2.10 The aircraft must have had a “1C” check completed in the last four (4) years.

3.3 Engine and Propeller

3.3.1 The aircraft must have two Canadian Pratt and Whitney PW-120A or PW-121 series engines equipped with a Hamilton Standard 4 bladed propeller (14SF-7 /-15 with mod 8/2579 or -23) as required by the applicable Type Certificate.. Engine overhaul life to have a minimum of 4000 hours remaining. (ASD Time Before Overhaul (TBO) 8000 hours)

3.3.2 All engines must have a minimum remaining time of 10,000 cycles for all life-limited parts; and 5,000 cycles for all high-pressure turbine blades.

3.3.3 Propellers must not have accrued more than 1,500 hours’ since their previous overhaul.

3.3.4 Have two (2) independent engine-driven electrical power systems with sufficient reserve capacity to provide the following power for on-board mission equipment in flight: 115/200 volts, 3 phase alternating current power and 28 VDC, 80 amps (minimum)

3.4 Landing Gear

3.4.1 All landing gear must be serviceable in accordance with Canadian Aviation Regulations (CARs) and have a minimum of two (2) years of calendar life before the need for overhaul.

3.5 Auxiliary Power Unit

3.5.1 The aircraft must have a Sundstrand APU model T62T-40C7D/D1 with sufficient reserve capacity of producing the following power for on-board mission equipment on the ground 28 VDC, 80 amps (minimum). Installed as per the Type Certificate.

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

This procurement is subject to the following trade agreement:

• Canadian Free Trade Agreement (CFTA)
• World Trade Organization - Agreement on Government Procurement (WTO-AGP)
• North American Free Trade Agreement (NAFTA)
• Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

5. Justification for the Pre-Identified Supplier

The pre identified supplier, Avmax owns the only DASH 8 100 series aircraft on the market that is capable of meeting the technical requirements listed in paragraph 3. An industry analysis was performed by a third party to identify all commercially available used Bombardier DASH 8 100 series aircraft on the market.

No other aircraft on the market has less than 20,000 cycles (landings) since new (CSN) and a minimum Engine overhaul life of 4000 hours remaining. Transport Canada assumes a penalty of 4.7:1 compared to commercial operators due to their mission profile. To ensure they meet their forecasted operation utilization over 10 years a maximum of 20,000 cycles is required. Engine overhaul life of 4000 is required to provide at least sufficient utilization to meet half of TC’s expected service life for the engine and half again for the turbine.

No other aircraft models were considered, as the Bombardier Dash 8 series aircraft is the best in class for Aerial Surveillance missions and TC has an existing fleet of Dash 8 aircraft. The Aircraft Services Division of Transport Canada requires an additional aircraft to expand their expanding fleet. The DASH 8 series aircraft is the only airframe that is being considered due to commonality for supply, maintenance and operations at Transport Canada.

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 (section of the trade agreement(s) specified):
o Canadian Free Trade Agreement (CFTA) – Article 513.2 iii
? 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: due to an absence of competition for technical reasons;
o World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XV: Limited Tendering Procedure
(b) when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists; (CAP code 71)
o North American Free Trade Agreement (NAFTA) – Article 1016 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;
o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article 19.12 b iii 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: due to an absence of competition for technical reasons;

8. Period of the proposed contract or delivery date

All the equipment must be delivered on or before September 1, 2019.

9. Cost estimate of the proposed contract

The estimated value of the contract, including options, is $6,500,000.00 (GST/HST extra).

10. Name and address of the pre-identified supplier

AVMAX
2055 Pegasus Road
Calgary, AB T2E 8C3

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 July 8, 2019 at 2:00 p.m EST.

13. Inquiries and submission of statements of capabilities

Samantha Coles
Supply Specialist
Public Services and Procurement Canada
Place du Portage, Phase III, 8C1
11 Laurier Street
Gatineau, QC K1A 0S5
Telephone: 819-420-6002
E-mail address: Samantha.Coles@tpsgc-pwgsc.gc.ca

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.

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
08 July 2019
Value of contract
to be confirmed

About the buyer

Address
Transport 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?