Canada - Air Traffic Control Training (W6448-22C002/A)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 21 July 2021
- Opportunity publication date
- 06 July 2021
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
Tendering Procedures: Generally only one firm has been invited to bid
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
NAV CANADA
77 Metcalfe street
Ottawa Ontario
Canada
K1P5L6
Nature of Requirements:
W6448-22C002/A
Semple, Patrick
Telephone No. - (613) 449-3112
Fax No. - (613) 545-8067
Air Traffic Control Training,
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 (DND) is looking to secure the services of a Contractor to provide an all-inclusive facility, and who can provide Basic Training for Air Traffic Controllers for the initial contract period from contract award to 31 December 2023, with 3 One Year option periods.
DND has an operational requirement for Air Traffic Controllers (ATC). There are times when DND may be required to occupy an airfield and act as ATC for incoming support shipments and personnel. The objective is to enable personnel to acquire an International Civil Aviation Organization (ICAO) recognized Visual Flight Rules (VFR) Air Traffic Controller (ATC) license.
The services must meet the following requirements:
a) Certification. The facility and training must be recognized by Transport Canada and the International Civil Aviation Organization (ICOA)
b) Core Foundational Training. No more than 80 training days for initial certification.
c) Refresher Currency and Evaluations. No less and no more than 5 training days per session
for recurring recertification. There will be 12 5-day sessions delivered within a calendar year.
d) Must be able to begin the training syllabus no later than 16 August 2021 for Core Foundational
Training.
e) Must be able to begin the refresher currency training syllabus no later than 30 days from time
of contract award.
f)Simulator scenarios. Training must include scenarios that support specific and
compounding training objectives
g) Training. DND requires two types of training events to be conducted. The first to support initial
Core Foundational Training of controllers and the second to sustainment of the controllers skills
through Currency and Evaluation Training.
h) Core Foundational Training. This training is to be delivered and priced for an audience of up
to 10 students.
i)General Review of ICAO 051
General Information
ICAO Docs
Rules of the Air
Definitions
Air Traffic Services
Classification of Airspace
ATC Communication Procedures
NAVAIDS
ATC Coding
Radar Theory
Radar Theory and Automated Systems
Special Situations
Emergencies and Alerting Service
Aircraft Accident
ELT/TCAS
Assistance to VFR flights and Lost Aircraft
Wake Turbulence
VFR Phraseology
Approved VFR phraseology
j)Aerodrome Control (ICAO 052)
Aerodromes
Aircraft, Wake Turbulence and Aircraft Designators
Airspace
Spelling Alphabet, Codes and Indicators
Basic Meteorology
Rules of the Air and Basic (radio) Navigation
Flight Plans and Flight Progress Strips
General Communication Procedures
Control of Arriving Aircraft
Control of Taxiing Aircraft
Control of Arriving IFR Traffic
Control of VFR Traffic
Flight Progress Strips for Departing Aircraft
ATC Clearances
Control of Departing Aircraft
AIS, ATIS, MET Messages and NOTAMS
Control of Arriving IFR/VFR Traffic
Aeronautical Ground Lights
Control of Departing IFR/VFR Traffic
Control of Vehicles and Personnel
Helicopter Traffic
Aircraft Making Touch-and-Go Landings
Wind Shear
Emergencies and Abnormal Situations
Military Procedure
k) VFR Simulator Exercises
Ground and Aerodrome movements
VFR and IFR approaches
Inter Unit Coordination
Weather Conditions / challenges
Wake Turbulence
Special Operations
Emergencies
Mixed airframe traffic simulations (Fixed wings and Helicopters)
In-field/Out-of-tower air traffic control simulations
l) Restricted Operator Certificate Aeronautical. Facilitate certification of Restricted Operator
Certificate Aeronautical qualification.
m) ICAO English. Provide a pre-evaluation of English language proficiency to a minimum of
ICAO English level 6.
n) Communication Navigation Surveillance and Air Traffic Management (CNS/ATM).
Provision of training on national and global CNS/ATM systems, operating capabilities and
limitations, and systems in development.
o)Documentation
Certificates of completion for ICAO 051, ICAO 052, CNS/ATM, and Human Factors.
Students must obtain a minimum 80% grade level in both academic and simulation environments.
Pre Assessment of ICAO English level 6.
Evaluation forms for each of the simulator evaluations to be handed over at training
completion.
Successful completion of Industry Canada ROC-A exam (Radio License)
p) Refresher Currency and Evaluation Training. DND requires this recurring training three
times per year (3 cycles), within each cycle period will be four Serials of 5 day training each with
an audience of up to six personnel during each 5 day serial session for re-certification.
Ground and Aerodrome movements
VFR and IFR approaches
Inter Unit Coordination
Weather Conditions / challenges
Wake Turbulence
Special Operations
Emergencies
Mixed airframe traffic simulations (Fixed wings and Helicopters)
In-field/Out-of-tower air traffic control simulations
ICAO 052 Block 3 evaluations
Specific scenarios, with no digital aids
q)Documentation
Evaluation forms for each of the simulator evaluations during currency training.
Restricted Operator Certificate Aeronautical. Facilitate certification of Restricted Operator
Certificate Aeronautical qualification.
r) Facilities
1. Lodging. The Contractor must provide accommodations, complete with:
a. Washroom (showers, sinks, toilets, etc.);
b. Work desk with ergonomic chair;
c. High speed internet; and
d. Coffee maker and refrigerator.
Conference room. The Contractor must provide a meeting room complete with:
(a) HDMI compatible television
(b) Seating for 10 people.
(c) Washroom (Sink and toilet); and
(d) Fridge.
s) Fitness center. Must include access to a physical fitness facility that include a pool no less
than 20m in length.
t) Security. Facility must have 24 hour security on grounds and include internal and external
patrols during silent hours.
u) Rations
a. When requested, the Contractor must provide up to three (3) meals per day in a dining facility large enough to hold 10 personnel.
v) LANGUAGE. All training and materials must be provided in English.
w) SECURITY
1. Lodgings. The lodgings must be devoid of any indoor cameras or surveillance equipment, to include audio-visual security systems, in order to respect COMSEC and OPSEC of DND TTPs, military activities, etc. DND must be clearly notified of any other areas, such as common areas and main gates, where security systems are present.
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 can provide training and facilities as detailed at 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)
Canadian Free Trade Agreement (CFTA)
World Trade Organization - Agreement on Government Procurement (WTO-AGP)
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-Ukraine Free Trade Agreement (CUFTA)
5. Justification for the Pre-Identified Supplier
NAV CANADA is the only known organization that can provide the facilities and training that is ICAO compliant and certified by Transport Canada for licensing.
NAVCAN
6. Government Contracts Regulations Exception(s)
The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").
7. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the
a. Canadian Free Trade Agreement (CFTA)- Article 513, 1(b)
b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) - Article XV, 1.(b)
c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) - Article 19.2 (b)
d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) - Article 15.10 (b)
e. Canada-Chile Free Trade Agreement (CCFTA) - Article(s) Kbis-09 (b)
f. Canada-Colombia Free Trade Agreement - Article 1409 (b)
g. Canada-Honduras Free Trade Agreement - Article 17.11 (b)
h. Canada-Korea Free Trade Agreement - Article 14.3
i. Canada-Panama Free Trade Agreement - Article 1409 (b)
j. Canada-Peru Free Trade Agreement (CPFTA) - Article 1409 (b)
k. Canada-Ukraine Free Trade Agreement (CUFTA) - Article 10.13 (b)
8. Period of the proposed Contract
The proposed contract is from contract award to December 31st 2023, with options for 3 one year periods.
9. Cost estimate of the proposed contract
The estimated value of the contract, including options, is estimated at $4.5M - 5M (GST/HST extra).
10. Name and address of the pre-identified supplier
NAV CANADA
77 Metcalfe street
Ottawa, Ontario
K1P5L6
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 21 July, 2022 at 02:00 PM, EST.
13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to:
Patrick Semple
Supply Specialist
PWGSC, Acquisitions Branch
Telephone: 613-449-3112
E-mail: Patrick.semple@pwgsc-tpsgc.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
- 21 July 2021
- Value of contract
- to be confirmed
About the buyer
- Address
- Department of National Defence Canada
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.