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.