402sqn_5yr_repeat_tep_v6_apr8_2014

advertisement
FIVE-YEAR (REPEAT) STRUCTURAL INSPECTION
FOR THE CT142 DASH 8 AIRCRAFT
Technical Mandatory Specifications
1. All aspects of this contract are subject to the provisions of the Structural Inspection Schedule CFTO C-12-142-001/MN-001, and related Maintenance/Repair [Ref TSOW 5.0]
2. Completion of this Compliance Matrix is mandatory to be considered responsive.
a)
b)
c)
d)
Bidders must record whether they meet (YES) or not meet (NO) each of the specifications.
Bidders must provide documentation to demonstrate compliance to each mandatory criterion as identified.
Bidders must cross reference where in their technical bid, the technical specification is located.
Where you have indicated compliant, provide the specification being offered which meets or exceeds and cross-reference as to where the supporting documentation is found within your proposal. If there is insufficient space in
the table, assign SIR # (Supplementary Information Reference) and provide the appropriate details on a separate page in your proposal. Where published supporting documentation is not available in the form of brochures,
technical data sheets etc., mark in the table "certification by signature"
Bidders must provide a detailed Project Plan
3. Mandatory Specifications: Failure to meet any of the mandatory requirements addressed below will result in your proposal being deemed non-responsive and it will be given no further consideration in
the evaluation process.
4. Technical Deviations - The bidder must list any deviation from the mandatory requirements herein described in the Compliance Matrix.
MANDATORY TECHNICAL CRITERIA
MANDATORY POINT RATED CRITERIA
M1 – Approved Maintenance Organization
P1 - Past Experience – Project Management
M2 - Contract Schedule Acceptance
P2 - Past Experience Technical - Inspections
M3 - Schedule and Availability
P3 - Past Experience – Technical - Modifications
M4 - Equipment and Tooling
P4 - Past Experience – Technical – Structural Repairs
M5 - Quality Management System
M6 - Point Rated Criteria – Minimum Individual Score (70%)
and Overall Score (75%) on all Criteria Combined
Mandatory Technical Requirement
M1
Approved Maintenance Organization
The Bidder must be a Transport Canada (TC) Approved Maintenance Organization (AMO) with the
following ratings:
a. Aircraft (Non-specialized) rating for Dash 8 100 Series Aircraft;
b. Structural (Specialized) rating that includes both Sheet Metal and Composite Structures; and
c. NDT (Specialized) rating that includes all NDT techniques consistent with the deHavilland Dash 8
Series 100 Non-destructive Testing Manual (PSM 1-8-7A).
The Bidder must submit their TC approval certificate(s) to prove compliance.
Note: Regarding paragraph "c" above, NDT may be subcontracted to a TC AMO holding an NDT rating
that includes all NDT techniques consistent with the deHavilland Dash 8 Series 100 Non-destructive
Testing Manual (PSM 1-8-7A). In this case, the Bidder must submit all Subcontractor AMO certificates
to prove compliance.
Failure to comply with the above will result in your proposal being deemed non-responsive and it will be
given no further consideration in the evaluation process.
M2
Contract Schedule Acceptance
The Bidder must indicate that they accept and will adhere to the Maintenance Schedule appearing at
Appendix 1 to Annex A.
M3
Schedule and Availability
The Bidder must identify the individuals who are certified Aircraft Maintenance Engineers responsible
for conducting and approving all work associated with this RFP solicitation.
The individuals' job descriptions as well as brief summaries of their qualifications and experience must
be included.
Bidder is to indicate how they meet the
specifications addressed below, by recording
this information in this column
In this column Bidder is to crossreference where this technical
specification is indicted in their
brochure, technical data sheet or
narrative.
COMPLIANT
YES/NO
M4
Equipment and Tooling
The Bidder must indicate that they have or have available to them all tools required per the Dash 8
Illustrated Equipment and Tooling Manual to carry out the Scope of Work outlined in TSOW para 3.0
and the inspections and modifications detailed under TSOW para 7.0, Tasks.
M5
Quality Management System
The Bidder must be ISO 9001-2008 or AS9100C certified or have an equivalent Quality
Management System deemed acceptable to the Director Quality Assurance (DQA). Although
ISO 9001 or AS9100C certification is desirable it is not considered essential.
If the Bidder is ISO 9001-2008 or AS9100C certified then the submission of a copy of the
quality manual is not necessary, provided that a copy of the certificate is included in the
response.
If the Bidder is not ISO 9001-2008 or AS9100C certified they must demonstrate, to the satisfaction
of the DQA, compliance with ISO 9001-2008 elements (requirements).
The Bidder must provide information regarding the quality system being used at the Bidder's facility
applicable to this solicitation. The information provided must include brief statements regarding the
origin of the quality system (including any standards which were utilized in the development of the
system), scope of the quality system, responsibility of key individuals within the organization with
respect to the quality system and method of audit (include both internal and external audits), along
with an uncontrolled copy of the organization's quality manual (electronic format preferred). External
audits should include both regulatory and non-regulatory organizations auditing the Bidder’s quality
management system.
For the purpose of this evaluation, an external audit is considered to be one conducted by an
entity other than the Bidder's regulatory agency (e.g. TC or FAA) or an entity within the
Bidder's corporate structure.
Note: The Bidder is not required to seek DQA acceptance for their equivalent Quality Management
System prior to submitting the bid. If the Bidder requires DQA acceptance, the Bidder must submit their
bid, including the above information, and DQA will be included during the bid evaluation for the
purposes of evaluating the Bidder’s equivalent Quality Management System.
M6
POINT-RATED CRITERIA - There is a minimum passing mark of 70% for each criterion (P1P4) and an overall passing mark of 75%. Simply reaching the minimum pass mark in each criterion will
not equate to a successful passing mark..Overall passing mark is 175 out of 234 points.
P1
Company Profile
Maximum
Score
Bidder
Points
Scored
Bidder Response
Company Background :
The bidder must provide company profile and experience with similar
projects over the last 3 year.
Point Rated Scoring Grid
Provide cross-reference where the supporting
information is found in your proposal
Company Profile and similar projects over the last 3
years. Identify facility, location, and contact
information for similar projects.
20
(Minimum 14)
Industry Experience/Technical Inspections:
The bidder must provide a narrative and identify industry specific
experience in aircraft inspections with similar technical requirements within
with respect to deHavilland Dash 8 Series 100 Maintenance Program
Manual inspections listed in para 7.2 of the TSOW.
50 points - Work carried out on 6 or more Dash-8, 100
series aircraft per year.
35 points - Work carried out on 1 to 5 Dash-8, 100 series
aircraft per year
0 points – No Previous Experience
50
Unsatisfactory
Satisfactory
Superior
(Minimum 35)
Include number of occasions per year by aircraft (Model #). Include two to
four examples of inspections carried out per aircraft (Model #).
P2
Past Experience – Technical – Structural Repairs/NonStandard Repairs [AWR]
Detail extent of previous experience with respect to deHavilland Dash-8
100 Series structural repairs and/or non-standard repairs. Include number
of occasions per year broken down by aircraft (Model #). Include two to
four examples of repairs carried out per aircraft (Model #).
Maximum
Score
14
Bidder
Points
Scored
Bidder Response
0
35
50
Point Rated Scoring Grid
Provide cross-reference where the supporting
information is found in your proposal
14 points – Work carried out on 7 or more Dash-8,
100 series aircraft per year.
12 points – Work carried out on 5 - 6 Dash-8, 100
series aircraft per year.
10 points – Work carried out on 2 - 4 Dash-8, 100
series aircraft per year.
0 points – Work carried out on 1 - Dash-8, 100 series
aircraft per year.
(Minimum 10)
P3
Past Experience – Project Management
A) The Bidder must provide a narrative describing in detail, project
management and direct experience in management, scheduling, meeting
scheduled dates, and achieving project completion.
Maximum
Score
Bidder
Points
Scored
Bidder Response
Provide cross-reference where the supporting
information is found in your proposal
Point Rated Scoring Grid
Written narrative demonstrating project management
capacity to a maximum of 50 points
50
(Minimum points: 35)
Demonstrate personnel experience for
B) The bidder must identify the names and provide resumes (with
education, certifications and qualification) for:
(a) Project Manager - detail the extent of the appointed Project
Manager’s experience relative to other projects of equal or greater
complexity to that which is required by the RFP solicitation.
25
(b) ALL personnel who will be assigned to the project.
25
(a) project manager (maximum of 25 points), and
(b) all personnel ( maximum of 25 points)
(Minimum total 35 points for (a) and (b) )
P4
Past Experience – Technical - Modifications
Detail extent of previous experience with respect to deHavilland Dash 8
Series 100 modifications listed in para 7.3 of the TSOW. Include number of
occasions per year broken down by aircraft (Model #). Include two to four
examples of inspections carried out per aircraft (Model #).
Maximum
Score
50
Bidder
Points
Scored
Bidder Response
Provide cross-reference where the supporting
information is found in your proposal
Point Rated Scoring Grid
Written narrative demonstrating project management
capacity to a maximum of 50 points
(Minimum points: 35)
Point Rated Mark Allocation Grid
P1
Company Profile - 20 points
0 - 10 points
minimal information on company structure and organization, and similar projects
11 - 15 points
additional information with good descriptors of company and expanded organizational information, and similar projects
16 - 20 points
Complete information on the company structure, relationships and very good organization with detailed similar projects
0 points
35 points
50 points
P2 through P4
Unsatisfactory – Unclear and
lacking detail and substance
Written narratives – as
applicable
Satisfactory – provided
sufficient evidence of
management practices and
the strategies to successfully
meet the scope of the work
Superior – fully detailed a
management philosophy and
approach to directing the
company with key
performance indicators
Must clearly demonstrate an understanding and knowledge to the overall Statement of Work and
provide concise and sufficient detail to clearly engage the issue in the question to attain full marks.
Marks will be given according to the indicated value based on the completeness and accuracy of
the response.
Download