Canada - Regulatory Takeoff and Landing Weight (W3999-210001/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
- 27 August 2021
- Opportunity publication date
- 13 August 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:
Aviatec Flight Services Ltd
Suite 327-5400 Airport Road South
Richmond British Columbia
Canada
V7B1B4
Nature of Requirements:
1. TITLE: REGULATORY TAKEOFF AND LANDING WEIGHT ANALYSIS SERVICES
2. SECURITY:
There is no security requirement associated with the requirement.
3. REQUIREMENT:
3.1 The Contractor will provide Regulatory Takeoff and Landing Weight (RTOWL) charts as required by the Department of National Defence (DND), in accordance with Airbus A310 Flight Crew Operating Manual. RTOWL charts will take in to account the performance limitations on operating from a specified runway in order to determine a maximum permissible take-off weight based on configuration, ambient pressure, temperature and surface wind conditions.
3.2 The Canadian Forces (CF) operates five CC150 Polaris aircraft. All 5 of these aircraft are variants of the Airbus A310-304 model, equipped with two General Electric (GE) CF6-80 C2A2 engines and additional center fuel tanks. The aircraft are operated in strategic transport role as a standard (full) passenger aircraft, a C-class combi, or an E-class freighter, carrying passenger and/or cargo over medium to long range - Multi-Role Transport (MRT). Two of the aircraft have also been modified by Airbus to provide air-to-air refueling - Multi-Role Transport Tankers. Further, one aircraft is permanently configured primarily for VVIP transport and a second aircraft has a removable VVIP configuration. Finally four aircraft have a medevac configuration.
3.3 The RTOWL analysis service consists of the following:
a) Takeoff weight Analysis (TROW) on an ad hoc basis as requested;
b) Airport Physical Characteristics Revision in conjunction with Jeppesen;
c) Expiry date for RTOW to be included.
3.4 Required minimum features:
a) Max Takeoff Weight for the runway;
b) Takeoff distance available;
c) V Speeds (V1 / Vr / V2) given different headwind, tailwind, and calm winds conditions;
d) Special Single Engine Departure Procedures to ensure obstacle clearance; and
e) Max Singe Engine Go Around configurations.
4. 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 meets the following requirements:
4.1 RTOWL Service consisting of:
4.1.1 The RTOWL analysis service consists of the following:
a. Takeoff Weight Analysis (RTOW) on ad hoc basis as requested;
b. Airport Physical Characteristics Revisions in conjunction with Jeppesen;
c. Expiry date for RTOW to be included;
d. Provided on Ad Hoc basis as requested
4.1.2 The Contractor shall provide Canada with Takeoff Weight Analysis Services
a. 24 hours on call
b. Standard Airport Analysis
c. Airport Physical Characteristics Monitoring and Reporting
d. Distribution via email, postal or courier service
4.1.3 Airport Physical Characteristics Monitoring will consist of monitoring changes in airport information which is germane to Airport Analyses or Airport Physical Characteristics Reports. This monitoring shall include aeronautical information sources but shall exclude information of a temporary nature or information published in NOTAMS.
4.1.4 Airport Analyses will be based on "straight-out" departures and when terrain characteristics do not permit "straight-out" departures, the Airport Analysis will be based on recommended "one engine inoperative" procedures.
4.2 Required Minimum Features
a. Max Takeoff Weight for the runway;
b. Takeoff distance available;
c. V Speeds (V1/Vr/V2) given different headwind, tailwind, and calm winds conditions;
d. Special Single Engine Departure Procedures to ensure obstacle clearance; and
e. Max Single Engine Go Around configurations.
f. Takeoff Performance Limitations
g. Reduced power take off calculations
4.2.1 Max Takeoff Weight for the runway. For each line entry weight is given. For each Box a weight increment/decrement is given. The weight corresponding to any box is the sum of entry weight and weight increment or decrement. A decrement is shown in the upper boxes of the chart.
4.2.2 Takeoff distance available
4.2.2.1 Calculated V Speeds (V1 - Decision speed IAS / Vr - Rotation speed IAS / V2 - Safety speed IAS) for:
a. Maximum Aircraft Take Off Weight
b. Actual aircraft weight
c. given headwind, tailwind, and calm winds conditions
d. given temperature
e. QNH
4.2.3 Special single engine departure procedures to ensure obstacle clearance.
The performance given in the chart is consistent with the specific flight path in case of engine failure, and takes account of significant obstacles. When the procedure to follow is not the standard instrument departure, a specific procedure is described. When the specific procedure requires a turn, except if otherwise stated on the RTOW chart, the turn will be performed with 15 degrees bank angle maximum until 1500ft or green dot speed is reached. The acceleration height ensures that the highest obstacle will be cleared by the net flight path by at least 35ft when accelerating in level flight to green dot speed after an engine failure, in the most adverse conditions.
4.2.4 Max single engine go around configurations.
4.2.4.1. Single engine go around calculations, considering:
a. Temperature
b. Aircraft Weight
c. Aircraft Go Around Configuration (20/20 and 15/15)
4.2.5 Takeoff Performance Limitations
4.2.5.1 Indicates the nature of the limitation or balance between two limitations as resulting from the optimization. To include:
a. Maximum structural weight;
b. second segment climb;
c. runway;
d. obstacles;
e. tire speed;
f. brake energy;
g. runway 2 engines operative;
h. final take-off segment.
4.2.6 Reduced Power Take Off Calculations
Ability to calculate reduced power take off calculations when below maximum take off weight.
4.3. Display Functions: Readouts
4.3.1 Airport Analysis Formats:
A number of standard output formats are available and the Airport Analysis will be provided in one of these standard formats (DND choice), unless a customized format is requested. Development charges for customized for-mats will be invoiced to Canada at rates agreed upon, as established in the BOP of Schedule B.
Airport Analysis requested for airplane types for which programs are currently not available will require programming work to be completed prior to Airport Analysis availability. This work will be invoiced to Canada at rates agreed up-on, as established in the BOP of Schedule B.
Ex) Airbus A310 Flight Crew Operating Manual (FCOM) 2.10.30
4.3.2 Database Format: Databases in pdf, searchable format. RTOW to support each:
4.3.2.1 Airport
a. Runway (all usable runways)
b. Configuration (15/0, 15/15)
c. Runway conditions (Wet / Dry)
d. Airport Single Engine Departure Procedures
4.3.3 RTOW Airport data-base
4.3.3.1 Separate airport RTOW database for:
a. CC150
b. CC150T
4.3.3.2 To include:
a. All take off configurations
-15/0
-15/15
b. For following runway conditions
-Dry
-Wet
4.3.4 Contractor must obtain to access to Air-bus SAS Performance Engineering Programs
Contractor has obtained from Airbus SAS, the manufacturer of the aircraft, authorization to use the software components and databases which compose the Performance Engineering Programs (PEP) or part of the PEP relating to the Airbus A301-304 operated by DND so that Contractor can perform the Services, which will be used in conjunction with source material received from Jeppesen.
4.3.5 Jeppesen source material
Contractor must obtain access to Jeppesen modelling source material.
5. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
This procurement is subject to the following trade agreement(s)
- Canadian Free Trade Agreement (CFTA)
- Canada - European Union Comprehensive Economic and Trade Agreement (CETA);
- World Trade Organization Agreement on Government Procurement (WTO-AGP);
- 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).
6. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
This contract is a follow-on to previous contract # W8485-138691/001/BF.
There is no other supplier that is able to produce Regulatory Takeoff and Landing Weights (RTOLWs) tailored to the Airbus A310/CC-150. This is the only airframe in DND that requires RTOLW products.
Aviatec Flight Services has exclusive ownership of, and rights to use, the intellectual property for the RTOLW documents that they produce. However, to create said documents they make use of data provided to them by Jeppesen. The Crown has the right to use the IP as it sees fit to operate its aircraft.
The aircraft being operated is quite old and there is no performance optimization software for the A-310 presently available off the shelf that is customized to the CC-150 Polaris aircraft in the way that Aviatec's product is. Airbus itself has no RTOLW solution for the legacy A-310 aircraft and has no intention to do so because of the cost of development for such a small fleet.
It has also been noted that given that the aircraft is approaching the end of the service life of its operation it would be unwise to sink more funds into developing new software that will likely only be required for approximately 5 more years.
7. GOVERNMENT CONTRACTS REGULATIONS EXCEPTION(S)
The following exceptions to the Government Contracts Regulations is invoked for this procurement under paragraph 3.15.1, (b) (iv.) only one person is capable of performing the contract GCRs 6.(d).
8. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreements specified:
(b) where 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: (ii.) the protection of patents, copyrights or other exclusive rights; and (iii.) due to an absence of competition for technical reasons.
- Canadian Free Trade Agreement (CFTA); Article 513: Limited Tendering
- Canada - European Union Comprehensive Economic and Trade Agreement (CETA); Article 19.12 - Limited tendering
- World Trade Organization Agreement on Government Procurement (WTO-AGP); Article XIII: Limited Tendering
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Article 15.10: Limited Tendering
- Canada - Chile Free Trade Agreement (CCFTA); Article Kbis-09: Tendering Procedures
- Canada - Colombia Free Trade Agreement; Article 1409: Limited Tendering
- Canada - Honduras Free Trade Agreement; Article 17.11: Limited Tendering
- Canada - Korea Free Trade Agreement; (WTO-AGP) Article XIII: Limited Tendering
- Canada - Panama Free Trade Agreement; Article 16.10: Limited Tendering
- Canada - Peru Free Trade Agreement (CPFTA); Article 1409: Limited Tendering
- Canada - United Kingdom Trade Continuity Agreement (Canada-UK TCA); (CETA) Article 19.12 - Limited tendering
- Canada - Ukraine Free Trade Agreement (CUFTA); Article 10.13 - Limited Tendering
9. PERIOD OF THE PROPOSED CONTRACT
The contract will be effective for a 3 year period with two (2), 1-year option periods.
10. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES
Inquiries and statements of capabilities are to be directed to:
Contracting Authority
Lorraine Jenkinson
Procurement Specialist
Procurement Branch, Western Region
Public Services and Procurement Canada
Canada Place, Suite 1000
9700 Jasper Avenue
Edmonton AB, T5J 4C3
Telephone: 587-337-2458
Email: lorraine.jenkinson@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
- 27 August 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.