SOLICITATION # T8080-250302
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(s).
1. TITLE
Civil Aviation Medicine Aviation Medical Officers
2. OBJECTIVE
To provide Transport Canada with medical services and advice to support the aeromedical certification of aviation personnel. Transport Canada has a requirement for physicians on an as and when required basis to undertake medical activities and review complex files within Civil Aviation Medicine regional offices and at times in different locations to present training workshops.
3. DEFINITION OF THE REQUIREMENT
CATEGORY 1 MEDICAL OFFICERS
The requirement is for a Cardiologist and a Psychiatrist. Physicians will provide medical services and advice to support the aeromedical certification of aviation personnel. Transport Canada has a requirement for physicians on an as and when required basis to undertake medical activities such as the assessment of medical files within Civil Aviation Medicine regional offices and at times to review complex files.
TASKS
CATEGORY 1 MEDICAL OFFICERS
The Medical Officers will be called upon to support the aeromedical certification of aviation personnel (pilots, flight engineers and air traffic controllers). Physicians qualified under Category 1 must provide medical advice as part of the Aviation Medical Review Board (AMRB), as follows:
a) To review and provide aeromedical recommendations for the management of complex or threshold cardiology or psychiatric medicine Medical Certificate (MC) cases;
b) To review MC cases previously assessed as unfit by Regional Aviation Medical Officer /Aviation Medical Officer (RAMO/AMOs), when requested, in accordance with CARs 424.12 (1);
c) To review new medical documentation provided by an applicant who has requested a review hearing by the Transportation Appeal Tribunal of Canada (TATC);
d) To provide advice on matters relating to aeromedical policy, guidelines, research, education, or training;
e) To provide advice on aeromedical issues or cases brought forward by other Branches of TC, the Canadian Air Force (CAF) Aerospace and Undersea Medical Board (AUMB), other Government of Canada departments, or other ICAO contracting states, at the discretion of Director Civil Aviation Medicine (DCAM) and,
f) To attend AMRB meetings held the first Wednesday of each month, in person or remotely as requested by the Project Authority. This allows them to offer specialized advice to Transport Canada on certain complex files.
DELIVERABLES FOR MEDICAL OFFICERS
The case presentation for each applicant reviewed must be submitted as follows:
The presentation must be provided electronically in either MS-Word, PDF format. The presentations must be provided to the Project Authority.
SCHEDULE
Doctors will be present monthly for the Aviation Medical Review Board (AMRB). Doctors will be asked to review threshold medicine cases in each AMRB meeting. They will be asked to provide advice to the minister on whether applicants can be declared fit or not.
WORK LOCATION
Medical Officers qualified under Category 1 must provide services remotely or on Civil Aviation Medicine premises should they choose to.
LANGUAGE OF DELIVERABLES
All communications, including documentation and attending meetings must be provided both orally and in writing in English.
EQUIPMENT
Transport Canada will provide the Medical Officers with TC equipment and software.
TRAVEL
Travel will not be required as part of this contract.
4. CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES (MINIMUM ESSENTIAL REQUIREMENTS)
CATEGORY 1 MEDICAL OFFICERS
Any interested supplier must demonstrate by way of a statement of capabilities that they meet all of the following requirements:
Experience:
• Must have 5 years of experience in clinical (general or specialized), medical practice in any medical discipline
Must be able to demonstrate knowledge and understanding of Civil Aviation Regulations (CARs) and the Aeronautics Act. This means that the successful candidate must be able to apply the CARs 404 medical standards to the assessment of medical fitness for aviation.
Must meet Academic qualifications which include Graduation with a medical degree from a recognized School of Medicine. To be recognized, Canadian institutions must appear in the Directory of Universities, Colleges and Schools in the Provinces and Territories of Canada. https://www.cicic.ca/868/search_the_directory_of_educational_institutions_in_canada.canada
Professional designation, accreditation, and/or certification:
Valid unrestricted license to practice medicine in any province or territory of Canada AND Board certified from the Royal College of Physicians and Surgeons or eligible in Aerospace Medicine or possesses a diploma in Aviation Medicine. Proof of accreditation and/or certification will be required.
Language:
Must be fluent in one of Canada’s official languages (English or French). Fluent/Proficient is defined as Written, Verbal, and Comprehension at a minimum Advanced Professional Proficiency level or above. Advanced Professional Proficiency means that the supplier must be able to use the language fluently and accurately on all levels normally pertinent to professional needs. The supplier must be able to tailor language to audience and discuss in depth highly abstract or unfamiliar topics. Able to speak with a great deal of fluency, grammatical accuracy, complex vocabulary and in an idiomatic fashion. Understands all forms and styles of speech and shows strong sensitivity to social and cultural references.
Security: Reliability
The contractor/offeror must, at all times during the performance of the contract/standing offer, hold a valid designated organization screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC) 2. The contractor/offeror personnel requiring access to protected information, assets or sensitive work site(s) must each hold a valid reliability status, granted or approved by the CSP, PWGSC 3. The contractor/offeror must not remove any protected information or assets from the identified work site(s), and the contractor/offeror must ensure that its personnel are made aware of and comply with this restriction 4. Subcontracts which contain security requirements are not to be awarded without the prior written permission of the CSP, PWGSC 5. The contractor/offeror must comply with the provisions of the: a. Security Requirements Check List and security guide (if applicable) and the Contract Security Manual (latest edition).
5. APPLICABILITY OF THE TRADE AGREEMENT(S) TO THE PROCUREMENT
This procurement is subject to the following trade agreement(s):
o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
o Canada-Ukraine Free Trade Agreement (CUFTA)
6. EXCLUSIONS AND/OR LIMITED TENDERING REASONS
The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified):
o Canadian Free Trade Agreement (CFTA) - Article(s) 504: Scope and Coverage, Clause 11 (h) (ii). Health Services or Social Services.
o Canada-Chile Free Trade Agreement (CCFTA) - Article(s) Part 1 – Annex Kbis-01.1-1 and Annex Kbis-01.1-2 G. Health and Social Services
o Canada-Colombia Free Trade Agreement - Article(s) Annex 1401-4 Services, Schedule of Canada, Section B – Excluded Coverage, Part I, G.
o Canada-Honduras Free Trade Agreement - Article(s) Annex 17.4: Services, Schedule of Canada, Section B – Excluded Coverage, Part I – Service Exclusions by Major Service Category, G. Health and Social Services.
o Canada-Korea Free Trade Agreement - Not listed under Annex 14-C Services, Schedule of Canada Applicable to the Trade Agreement.
o Canada-Panama Free Trade Agreement - Article(s) Annex 5: Services, Section B – Excluded Coverage by Major Service Category, Part I, G. Health and Social Services
o Canada-Peru Free Trade Agreement (CPFTA) - Article(s) Annex 17.4: Services, Schedule of Canada, Section B – Excluded Coverage, Part I – Service Exclusions by Major Service Category, G. Health and Social Services.
7. JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER
Category 1:
All specialist physicians included in this ACAN are experienced in their area of specialization. Civil Aviation Medicine requires specialist physicians to review complex cases where flexibility must be exercised. These physicians sit on the board of the Aviation Medical Review Board. This is a regulatory requirement as per the Canadian Aviation Regulations (CARs – Standard 424). Without these specialist physicians CAM would be in breach of regulations and would be unable to meet its mandate.
8. 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").
9. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE
The proposed contract(s) is from Contract Award to March 31, 2026. The contract(s) will include one (1) additional one (1) year optional period.
10. COST ESTIMATE OF THE PROPOSED CONTRACT
The total estimated value of all contracts issued under Category 1 from contract award to March 31, 2026 will be $95,000.00. The optional period will have a total estimated cost of $110,000 for all contracts awarded under Category 1.
The pretax per hourly rate for each Medical Officer is at least $185 per hour. The rate per Aviation Medical Review Board meeting attended will be $655. The rate per ECG reviewed by the cardiologist is $15 per ECG.
11. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER
Category 1 Specialist Medical Officers
1. Dr. Andrew Mulloy (Cardiologist)
Ottawa Academic Cardiology Management Corp.
40 Ruskin Street, Ottawa, ON, K1Y 4W7
2. Dr. Pierre Robichaud (Psychiatrist)
350 boulevard Taché Ouest, Montmagny, QC, G5V 3R8
12. 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.
13. CLOSING DATE FOR SUBMISSION OF A STATEMENT OF CAPABILITIES
The closing date and time for accepting statements of capabilities is October 23, 2025 at 12:00 p.m. EST.
14. INQUIRIES AND STATEMENTS OF CAPABILITIES ARE TO BE DIRECTED TO:
Tania Cantin
Procurement Specialist
Transport Canada
330 Sparks Street, Ottawa, ON
Email : tania.cantin@tc.gc.ca