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 has a requirement for the repair and overhaul service of various transport fleets systems, components, accessories and equipment in support of Canadian Forces CC-138 Twin Otter, CC-177 Globemaster III and CC-130H and CC130J Hercules
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 services meet the following minimum mandatory requirements.
3.1 Scope of Work
3.1.1 The Contractor will provide repair services including: labour; disassembly; inspection; cleaning; parts; calibration; repair; overhaul; assembly; testing; to restore to a serviceable condition, for all the items listed in Table One below.
Table One
NSN Part Number Description
01-3418415 005-02119-0092 Panel, patching antenna
01-3029095 4001670-2517 Control Indicator
01-3418429 4007811 Adapter, test
01-3694387 4000504-0303 Drive, Antenna
01-3175611 129762-1-1 Valve, safety relief
01-3413873 200-03794-0000 Microcircuit, Linear
21-8615013 3571260-7001 Indicator, electrical tachometer
21-8615019 3567749-7103 Transmitter , pressure
21-8646487 31236-10TC3 Computer, Altitude
21-9038969 3604274-0502 Circuit Card assembly
01-2565713 3604275-0501 Circuit Card assembly
01-2565715 3604384-0501 Circuit Card assembly
01-3292548 3604659-0501 Circuit Card assembly
01-3318062 3604660-0501 Circuit Card assembly
21-8959403 3604975-0502 Circuit Card assembly
01-2565716 3604978-0503 Circuit Card assembly
21-8971010 3604980-0502 Circuit Card assembly
01-3292546 3604992-0504 Circuit Card assembly
21-8919730 3604979-0502 Circuit Card assembly
21-8919736 3605053-0501 Circuit Card assembly
21-8970992 3605870-0502 Circuit Card assembly
21-8971009 3605942-0501 Circuit Card assembly
21-9038710 3605942-0501MOD4 Circuit Card assembly
21-8803481 4000831-0112 Receiver-Transmitter Data
01-3295653 4000831-0113 Receiver-Transmitter Data
01-3295781 4001670-2519 Indicator, Radar target
21-8819860 4007299-0501 Circuit Card assembly
21-8819861 4007329-0501 Circuit Card assembly
01-1087089 4007332-0501 Circuit Card assembly
01-3294690 4007720-0501 Circuit Card assembly
01-3676563 4007721-0501 Power Supply
01-3319897 4007812-0501 Radar Set subassembly
21-8925350 4007860-0501 Electronic components assembly
21-8925351 4007932-0501 Electronic components assembly
01-3304604 L8540012 Cooler, lubricating oil engine
01-4963280 901-15160 Acquisition unit
21-8615015 3571810-2001 Indicator, Rate of flow
00-0873711 3E1150-10 Control Box
01-1526076 RD300 Test set, weather
01-4318615 ANV20/20 Test set, night vision
01-4762027 AS0-2027AR Antenna
01-0679137 312350-2 Antenna
01-3323505 3604990-0501 Power Supply
01-3309330 3605420-0502 Radar Set subassembly
21-8603291 393004-060 Indicator Liquid quantity
00-0951872 U9500 Valve, Solenoid
3.1.2 Work performed is to be in accordance with original equipment manufacturers (OEM) specifications to the current configuration when there is no Canadian Forces Technical Orders (CFTO) provided for the item in question, and the latest applicable revisions and service bulletins must be incorporated. Modifications or changes resulting in upgrades to repairable items, or deviation(s) from OEM/CFTO specifications and/or repair and overhaul procedures, must be approved by the Technical Authority through the Contracting Authority. Repair and overhaul requirements, as well as the related services detailed herein, will be provided in support of the following aircraft fleets on an as required basis.
• CC-138 Twin Otter
• CC-177 Globemaster III
• CC-130H Hercules
• CC-130J Hercules
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)
5. Justification for the Pre-Identified Supplier
Honeywell Aerospace Canada has been repairing and overhauling these items for thirty years. Many of these repairable items are aged, requiring highly specialized technical expertise and test equipment and parts to ensure that stringent repair and performance standards are met prior to installation on an aircraft. Due to intellectual property rights for most of the parts listed in para 3.1.1, Table One of the equipment being repaired, there is only one supplier with the facilities and test equipment capable of performing the work associated with repairing these aircraft components.
6. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is 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
o Canadian Free Trade Agreement (CFTA ) – Article(s) 513.1: Limited Tendering (b) (iii) due to an absence of competition for technical reasons
8. Period of the proposed contract or delivery date
The required period of the contract is from October 1, 2025 to March 31, 2028 with three (one year) option periods until March 31, 2031
9. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $2,061,000.00 CAD (GST/HST extra).
10. Name and address of the pre-identified supplier
Honeywell limited
3333 Unity Drive
Mississauga, Ontario, Canada
L5L 3S6
11. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the 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 15 July 2025 at 2:00 PM EDT.
13. Inquiries and submission of statements of capabilities
Inquiries and submission of statements of capabilities inquiries and statement of capabilities are to be directed to the contracting Authority:
Tammy Bowdridge
Contracting Authority
Directorate of Aerospace procurement
Department of National Defense
Telephone: 343-573-5899
Email: tammy.bowdridge@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 DND 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.