Tender Details
Title

ACAN - LASREF II Inertial Reference Unit Repair and Overhaul

Country
Language
English
Organization
Published Date
09.10.2024
Deadline Date
24.10.2024
Overview
ACAN - LASREF II Inertial Reference Unit Repair and Overhaul ACAN - LASREF II Inertial Reference Unit Repair and Overhaul - W8475-24-IRU1 | PhoneCall Us: (800) 964-6379 / (613) 727-4900   Canadian Tenders U.S. Tenders Private Construction   Offering Pricing Buyers  ​ W8475-24-IRU1 - ACAN - LASREF II Inertial Reference Unit Repair and Overhaul This solicitation is OPEN Notice Categories Notice Categories Print Share Basic Information Reference Number cb-666-24367386 Issuing Organization Director Aerospace Procurement (DAP) Solicitation Type ACAN - Advance Contract Award Notice (Formal) Solicitation Number W8475-24-IRU1 Title ACAN - LASREF II Inertial Reference Unit Repair and Overhaul Source ID PWGSC Agreement Type Please refer to Tender Description or Tender Documents Details Location Canada Dates Publication 2024/10/09 12:00:00 AM EDT Closing Date 2024/10/24 04:00:00 PM EDT Contact Information Michelangelo Iacono (514) 809-6040 michelangelo.iacono@forces.gc.ca Description Advance Contract Award Notice (ACAN) LASREF II Inertial Reference Unit Repair and Overhaul 1. Advance Contract Award Notice (ACAN) An Advance Contract Award Notice (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 The Department of National Defence (DND) requires repair and overhaul services for the Honeywell LASEREF II Inertial Reference System (IRS) in accordance with original equipment manufacturer (OEM) procedures and specifications. 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 product/equipment/system (as appropriate) meets the following minimum mandatory requirements. 3.1 Technical Specifications and Mandatory Requirements – General 3.1.1 The supplier must demonstrate full accreditation as an Accredited Maintenance Organization (AMO) from the Technical Airworthiness Authority (TAA) or equivalent. 3.1.2 The supplier must demonstrate that they possess appropriate licenses to repair and overhaul the LASEREF II IRS. 3.1.3 The supplier must be capable of performing the work at their own facility. 3.1.4 The supplier must perform the work in accordance with OEM technical documents for the LASEREF II IRS. 4. Background 4.1 The CT142 Dash 8 aircraft utilizes the LASEREF II IRS within the ANAPS-504(V)3 RADAR to train Air Combat System Officers (ACSO) and Airborne Electronic Sensor Operators (AESOP). Without a serviceable LASEREF II IRS, RADAR functionality and training capabilities with the CT142 are severely constrained. Due to the age of the LASEREF II IRS, repair and overhaul services are limited in availability. 4.2 The CT142 RADAR is set to be upgraded in 2026 and will require the LASEREF II IRS to function. Repairing the current LASEREF II IRS is considered the most economical and expeditious method to enable training for ACSO and AESOP personnel on the CT142 Dash 8. 5. References 5.1 Where mentioned, the following Standards must be used for the preparation of deliverables to the extent specified in this SOW: “Technical Statement of Work for LASEREF II Inertial Reference Unit Repair, Overhaul, and Provision of Technical Investigations and Engineering Support Services, Dated 9 Jan 2024” 5.2 DND Specification, Standards, and Publications REFERENCE PROMULGATION REFERENCE TITLE C-05-005-001/AG-001 2022 TECHNICAL AIRWORTHINESS MANUAL A-LM-184-001/JS-001 2021 SPECIAL INSTRUCTIONS FOR REPAIR AND OVERHAUL CONTRACTORS 6. Applicability of the Trade agreement(s) to the procurement This procurement is subject to the following trade agreements: • Canadian Free Trade Agreement (CFTA) • Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP) • Canada-United-States-Mexico Agreement (CUSMA) • Canada-European Union Comprehensive Economic and Trade Agreement (CETA) • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) • Canada-Chile Free Trade Agreement (CCFTA) • Canada-Colombia Free Trade Agreement • Canada-Honduras Free Trade Agreement • Canada-Korea Free Trade Agreement • Canada-Panama Free Trade Agreement • Canada-Peru Free Trade Agreement (CPFTA) • Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) • Canada-Ukraine Free Trade Agreement (CUFTA) 7. Justification for the Pre-Identified Supplier Innovative Solutions and Support is the only known licensed repair and overhaul facility for the LASEREF II IRS utilized in the CT142 Dash 8 aircraft. 8. Government Contracting Regulations Exception The following exception to the Government Contract Regulations is invoked for this procurement under subsection 6(d) – “only one person is capable of performing the work”. 9. Exclusions and/or Limited Tendering Reasons The following exclusions and/or limited tendering reasons are invoked under the trade agreements: Canadian Free Trade Agreement (CFTA), Article 513.1: Limited Tendering (b) (iii) due to an absence of competition for technical reasons. Canada–Chile Free Trade Agreement (CCFTA), Article Kbis-09: Tendering Procedures, para 1 : Limited Tendering b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists. Canada–Colombia Free Trade Agreement (CCoFTA), Article 1409 Limited Tendering b. iii. Due to an absence of competition for technical reasons. Canada–Honduras Free Trade Agreement (CHFTA), Chapter 17, Article 17.11 Limited Tendering (b) (iii) there is an absence of competition for technical reasons; Canada–Korea Free Trade Agreement (CKFTA), which defers to WTO-AGP Article XIII, Limited Tendering b) iii. due to an absence of competition for technical reasons. Canada–Panama Free Trade Agreement (CPFTA), Chapter 16, Article 16.10 Limited Tendering b. iii. of the absence of competition for technical reasons. Canada–Peru Free Trade Agreement (CPAFTA), Article 1409: Limited Tendering (b) (iii) due to an absence of competition for technical reasons. World Trade Organization Agreement on Government Procurement (WTO-AGP), Article XIII – Limited Tendering b. iii. due to an absence of competition for technical reasons; Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Article 19.12(b)(ii); (c)(i) cannot be made for economic or technical reasons… Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) - The provisions of CETA are incorporated by reference into and made part of this Agreement. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Article 15.10 (b) (iii) due to an absence of competition for technical reasons; Canada–Ukraine Free Trade Agreement (CUFTA), Article10.13: Limited Tendering (b) (iii) due to an absence of competition for technical reasons; 10. Period of the proposed contract or delivery date Three (3) LASEREF II IRS are required to be repaired in accordance with OEM technical manuals. The repaired LASEREF II IRS units must be delivered to 402 Squadron in Winnipeg, Manitoba, Canada. Due to operational pressures, the proposed contract will commence on November 30, 2024. The contract term will be for one year until November 30, 2025. The estimated total contract value is $3,750,000 (including taxes). If no other potential suppliers come forward with a Statement of Capabilities, as specified in Section 3 of this ACAN, that meets the requirements outlined before the Closing Date/Time, the contract may be direct awarded to the pre-selected supplier . All effort should be made to repair and deliver all three (3) LASEREF II IRS units by 31 March 2025. If not possible, a minimum of two (2) LASEREF II IRS’s must be repaired and delivered by 31 March 2025. All LASEREF II IRS’s must be repaired and delivered by 31 Oct 2025. 11. Cost Estimate of the proposed contract $3,750,000 CAD 12. Name and address of the pre-identified supplier Innovative Solutions & Support 720 Pennsylvania Drive Exton, PA 19341-1129, USA 13. Suppliers’ right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods and 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. 14. Closing date for submission of a statement of capabilities The closing date and time for accepting statements of capabilities is October 24, 2024 at 4:00 p.m. 15. Inquiries and submission of Statement of Capabilities Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to the Contracting Authority. Attn: Michelangelo Iacono Position: DAP 4-5-3 Telephone: 514-809-6040 E-mail: Michelangelo.iacono@forces.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.
NAICS
Justice Regulation Justice All Other Support Services Construction Architectural Other Justice Machinery Regulation Investigation Agriculture Research and Development in the Physical Other Justice Agencies Research and Development in the Physical Construction Process
CPVS
Transmission, cam- and crank- shafts Repair, maintenance and associated services related to aircraft and other equipment System, storage and content management software package Calendars Sections Construction, foundation and surface works for highways, roads Lavatory seats, covers, bowls and cisterns Publications Repair, maintenance and associated services related to marine and other equipment Parts for aircraft, spacecraft and helicopters Repair, maintenance and associated services related to aircraft, railways, roads and marine equipment Wells construction work Training, workout or aerobic services Sensors Other community, social and personal services Construction work Blocks Supports System, storage and content management software development services Repair, maintenance and associated services related to roads and other equipment Other services Posts Radar Envelopes Technical manuals Goods used in construction Envelopes, letter cards and plain postcards Repair, maintenance and associated services of vehicles and related equipment Architectural, construction, engineering and inspection services Repair, maintenance and associated services related to personal computers, office equipment, telecomm... Parts for aircraft Electronic, electromechanical and electrotechnical supplies Manuals Repair, maintenance and associated services related to railways and other equipment Dates
UNSPSC
Aircraft Post Blocks Calendars Awards Well engineering Trade agreements Equipment cases Case making services Aircraft, Single Engine Suction pump, manual Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Aircraft, Flight Inspection (Fully Equipped) Aircraft, Jet Widebody Aircraft, Twin Engine
Regions
APEC Countries North America Northern America
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Bridges and Tunnels Engineering Postal and Courier Services Roads and Highways-Bridge Water and Sanitation Printing and Publishing Services Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Electronics Building Material Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert