1 1

RETURN BIDS TO: Title - Sujet MAINTENANCE RETOURNER LES SOUMISSIONS À: Bid Receiving - PWGSC / Réception des Solicitation No. - N° de l'invitation Date soumissions - TPSGC W8482-182212/B 2021-02-11 11 Laurier St. / 11, rue Laurier Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAG Place du Portage, Phase III Core 0B2 / Noyau 0B2 W8482-182212 PW-$ISM-027-28097 Gatineau File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME Quebec 027ism.W8482-182212 K1A 0S5 Bid Fax: (819) 997-9776 Solicitation Closes - L'invitation prend fin at - à 02:00 PM Eastern Daylight Saving Time EDT on - le 2021-03-31 Heure Avancée de l'Est HAE LETTER OF INTEREST F.O.B. - F.A.B. LETTRE D'INTÉRÊT Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Beaumier, Julie 027ism Telephone No. - N° de téléphone FAX No. - N° de FAX (613) 851-9981 ( ) ( ) - Destination - of Goods, Services, and Construction: Destination - des biens, services et construction:

Specified Herein Précisé dans les présentes

Comments - Commentaires

Instructions: See Herein

Instructions: Voir aux présentes

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée Delivery Offered - Livraison proposée See Herein – Voir ci-inclus Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N°de téléphone Facsimile No. - N° de télécopieur Issuing Office - Bureau de distribution Name and title of person authorized to sign on behalf of Vendor/Firm In-Service Support Marine / Soutien en Service Maritime (type or print) 11 Laurier St. / 11, rue Laurier Nom et titre de la personne autorisée à signer au nom du fournisseur/ Place du Portage, Phase III de l'entrepreneur (taper ou écrire en caractères d'imprimerie) 6C2 Gatineau Quebec K1A 0S5 Signature Date

Page 1 of - de 1  Letter of Interest (LOI)

1. Purpose and Nature of this Letter of Interest (LOI)

Public Works and Government Services Canada (PWGSC) is requesting Industry feedback regarding a requirement for the services related to the maintenance of equipment for diving operations for the Government of Canada, Department of National Defence (DND).

The objectives of this LOI are to:

x Provide industry with high level information on the types of diving equipment currently used by the Canadian Armed (CAF) and the maintenance requirement;

x Solicit feedback from Industry on different methods of supply being considered by Canada; and

x Invite interested suppliers to participate in virtual one-on-one meetings.

2. Background Information

DND diving operations are a specialized capability and an inherently high-risk activity requiring an assortment of equipment to meet specific mission objectives and preserve the safety of personnel. This equipment is considered life support critical and therefore requires stringent maintenance and specialized skillsets.

The maintenance strategy is based on three groups of equipment and, as described below, most of the maintenance done for the diving operations currently uses DND personnel and facility.

The three groups of diving equipment and current maintenance practices are:

1. Personal diving equipment: used by a diver to conduct diving operations. Maintenance is currently carried out by CAF diving personnel supported by larger DND maintenance facilities.

2. Recompression chambers: used for the medical treatment of divers and the conduct of tests and trials. Maintenance is conducted by DND maintenance facilities.

3. Diving air compressors: used to fill diving cylinders with compressed air. CAF technicians conduct low level maintenance and a contractor provides overhaul maintenance on a five year cycle. Air quality testing is provided through a contractor laboratory.

The diving equipment is located at multiple locations across Canada as diving operations are carried out by all elements of the CAF, including Navy clearance divers and ship’s team divers, Naval Reserves port

 inspection divers, Air Search and Rescue technicians, Army combat engineers, and the Special Operations Force.

Due to an increase in operational tempo and reduced personnel the current maintenance strategy is becoming unsustainable. DND is seeking to streamline this strategy through partnership with Industry, to achieve Canada’s defence objectives.

This LOI is neither a call for tender nor a Request for Proposal (RFP). No agreement or contract will be entered into based on this LOI. The issuance of this LOI is not to be considered in any way a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This LOI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.

This LOI supersedes the previous notice posted on Buy and Sell (W8482-182212/A).

3. Requirement

The requirement is for the provision of services for the maintenance of the equipment for diving operations. DND uses stringent maintenance standards that are, for the most part, the same scope as for civilian diving equipment. Most of the diving equipment used for DND’s operations is commercially off-the- shelf.

The equipment for maintenance in the three groups includes:

Equipment Group 1: Personal diving equipment

- Compressed Air Apparatus (CABA) - Ultralight Surface Supplied Diving System (ULSSDS) - Surface Supplied Breathing Apparatus (SSBA) - Canadian Underwater Mine-countermeasure Apparatus (CUMA) - Other Personal Diving Equipment: o Wet Suits o Dry Suits o Hot Water Suits o Enclosed Mine Lift bags

Equipment Group 2: Recompression Chambers

- Main Recompression Chambers (fixed in place) o 12 person chamber o 10 person chamber o Dual wet/dry experimental chamber o Unmanned test chamber



- Portable Recompression Chambers o Containerized Diving System (CDS) o Submarine Rescue Chambers (SUBSAR) o Diver Attendant Recompression Transportable (DART) o 6 person chamber onboard a dive tender boat

Equipment Group 3: Diving air compressors

- Portable Dive Cylinder Charging Air Compressors - Dive Cylinders (all systems, various size)

3.1 Maintenance

The Department of National Defence (DND) uses a maintenance management system involving three levels of maintenance, i.e. 1st, 2nd and 3rd level maintenance activities defined as follows: a. 1st Level Maintenance – maintenance normally performed by equipment operators to ensure continued reliable operation, such as but not limited to: operating checks and trouble-shooting, cleaning, preservation and cold weather protection, and simple minor repairs not requiring extensive dismantling of equipment; b. 2nd Level Maintenance – maintenance that is more complex, time consuming, and involves a higher skill level than 1st level maintenance activities, such as but not limited to: soft seal replacements/periodic rebuilding, calibration, testing and certification; and c. 3rd Level Maintenance – maintenance normally conducted in a specialized repair facility by highly skilled technicians, such as but not limited to: complete equipment overhauls, factory level modification, testing and evaluation.

For the maintenance of the diving equipment, the contractor would be required to perform second and third level of maintenance. The maintenance tasks under consideration for this equipment include preventive maintenance and corrective maintenance:

x Preventive maintenance. This work involves detailed inspections, cleaning, replacement of worn parts, rebuild or refurbishment to “as new” condition, testing, calibration and certification. The frequency of this work would be driven by Preventive Maintenance routines which define the work, periodicity and personnel qualifications required to perform the work (see Annex A for further details of the preventive maintenance per specific equipment); and

 x Corrective maintenance. This involves unscheduled work required to restore equipment that fails in service comprising of troubleshooting, rectification of faults, repair of damaged equipment, and component disposal if beyond economical repair. Corrective maintenance will be on an “as and when requested” basis.

The contractor will be required to supply spare parts as required to perform the maintenance work. Due to the life support critical nature of diving equipment, spare parts used for maintenance must either be original OEM or OEM approved parts.

Note that some 2nd level maintenance in Fleet Diving Unit (Atlantic) in Shearwater, NS, Fleet Diving Unit (Pacific) in Colwood, BC and Experimental Diving Undersea Group (Toronto) would continue to be carried out by Royal Canadian Navy (RCN) technicians in order to maintain technician skillsets. A contractor would be responsible for the supply of necessary maintenance parts to these units, complete other 2nd level maintenance work that are not within the technicians’ skillset, and for technical data capture of work completed.

3.2 Qualifications

All maintenance work carried out by a contractor is required to be performed by technicians trained and certified by the Original Equipment Manufacturer (OEM), or approved equivalent, as qualified to perform the work. The qualifications are required to be maintained by the contractor(s) and proof of qualifications must be provided to DND upon request.

4. Proposed method of supply

PWGSC is seeking Industry feedback to understand the capacity and interest of Industry for the maintenance of the diving equipment and determine the best method of supply. Three different methods of supply under consideration are:

x Option 1 - Standalone Contract(s) (possibly by regions) x Option 2 - Supply Arrangement x Option 3 - In Service Support Contract

The three options are described in further details at Annex B, and Appendix I to this annex includes a series of questions to help PWGSC to better understand the capability and interest of Industry on this requirement.

5. Feedback from Industry

5.1 Questionnaire to Industry

 Interested suppliers are invited to provide written feedback by sending responses to a questionnaire provided at Annex B Appendix I and any other feedback by the closing date. A fillable PDF for the “Appendix I – Questionnaire” can be requested by e-mail to the Contracting Authority. Industry is also invited to discuss the requirement and the different methods of supply in one-on-one sessions as described below.

5.2 Engagement Sessions

Interested participants will have the opportunity to participate in virtual one-on-one sessions to discuss this requirement and the method of supply proposed. Virtual one-on-one sessions are available upon request. Potential Respondents must send, on or before 19 March 2021, e-mail confirmation to the Contracting Authority at [email protected]. Please note that the specific instructions for the one-on-one sessions will only be provided to interested participants who have submitted an e-mail confirmation to the Contracting Authority.

Please note that due to COVID 19-related Public Health restrictions, one-on-one sessions will be hosted by PWGSC and held by audio and/or videoconferencing only. Direction on how to connect to the session will be provided to Potential Respondents who have submitted an e-mail confirmation to the Contracting Authority.

Non-attendance at the one-on-one sessions will not preclude a supplier from bidding on this requirement should a follow-on solicitation be issued.

6. Legislation, Trade Agreements, and Government Policies:

The following is indicative of some of the legislation, trade agreements and government policies that could impact any follow-on solicitation(s): a. Canadian Free Trade Agreement (CFTA) b. World Trade Organization – Agreements on Government Procurement (WTO-AGP) c. Defence Production Act d. Industrial and Technological Benefits (ITBs) – Canada may seek to leverage this procurement for economic benefits and, through industry engagement, will assess the applicability of the ITB policy. For more information please visit: https://www.ic.gc.ca/eic/site/086.nsf/eng/home e. Defence Procurement Strategy (DPS) f. Controlled Goods Program (CGP) – Article 4.1 b. – Canadian Underwater Mine-countermeasure Apparatus (CUMA) only g. Federal Contractors Program for Employment Equity (FCP-EE)



7. Schedule

In providing responses, the following schedule should be utilized as a baseline. Please note that the schedule may change depending on the chosen method of supply.

Milestones Dates Industry Engagement / One-on-One Fall 2020 / Winter 2021 Industry Meetings Draft RFP Release Spring 2022 Industry Engagement Activity Spring / Summer 2022 Final RFP release Fall 2022 Bid Evaluation Winter 2023 Contract Award Fall 2023

8. Important Notes to Respondents:

Interested Respondents may submit their responses to the PWGSC Contracting Authority, identified below, preferably via email:

Name: Julie Beaumier Title: Supply Team Leader Public Works and Government Services Canada Marine In-Service Support Division Telephone: 613-851-9981 E-mail: [email protected] a) Respondents are requested to provide their answer to the questions supplied in Appendix I of Annex B. Respondents are also requested to provide any feedback, comments or concerns they may have on this LOI to the Contracting Authority. Respondents can also provide comments regarding content, format, and/or organization of any draft documents included in this LOI. b) The Contracting Authority will provide a fillable PDF version of the Appendix I upon request. Respondents are requested to provide their responses in PDF format in an email not to exceed 4MBs in size. c) Respondents are solely responsible for ensuring their responses are delivered to the Contracting Authority on time and to the correct e-mail provided above. The Contracting Authority will confirm receipt. d) Respondents are to ensure that their name, return address, and questions answered in Appendix I are clearly indicated in their responses.

 e) Changes to this LOI may occur and will be posted on the Government Electronic Tendering System. Canada asks Respondents to visit Buyandsell.gc.ca regularly to check for amendments, if any.

9. Closing date for the LOI:

Responses to this LOI are to be submitted to the PWGSC Contracting Authority identified above, on or before 31 March 2021.

The LOI closing date published herein is not the deadline for comments or input. Comments and input will be accepted up to the time when/if a follow-on solicitation is published.

Although the information collected may be provided as commercial-in-confidence (and, if identified as such, will be treated accordingly by Canada), Canada may use the information to assist in drafting performance specifications (which are subject to change) and for budgetary purposes.

Respondents are encouraged to identify, in the information they share with Canada, any information that they feel is proprietary, third party or personal information. Please note that Canada may be obligated by law (e.g. in response to a request under the Access of Information and Privacy Acts) to disclose proprietary or commercially-sensitive information concerning a respondent (for more information: http://laws-lois.justice.gc.ca/eng/acts/a-1/).

Respondents are asked to identify if their response, or any part of their response, is subject to the Controlled Goods Regulations. https://www.tpsgc-pwgsc.gc.ca/pmc-cgp/index-eng.html

Participation in this LOI is encouraged, but is not mandatory. There will be no short-listing of potential suppliers for the purposes of undertaking any future work as a result of this LOI. Similarly, participation in this LOI is not a condition or prerequisite for the participation in any potential subsequent solicitation.

Respondents will not be reimbursed for any cost incurred by participating in this LOI.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

ANNEX A

PREVENTIVE MAINTENANCE REQUIREMENT BY EQUIPMENT

Please note that specific quantities by location for the diving equipment are detailed at the end of this Annex. All stated quantities are for planning purposes only and may not represent the final quantities.

Equipment Group 1 – Personal Diving Equipment:

The Personal diving equipment is used by a diver to conduct diving operations.

1. Compressed Air Breathing Apparatus (CABA)

1.1 The Compressed Air Breathing Apparatus (CABA), is an open circuit breathing system comprising of full face masks, air regulators, compressed air tanks, and harness compensators. The CABA is commercially known as and includes the following parts and OEM:

x Interspiro composite cylinders & tank valves x Interspiro Divator Series AGA full face mask x 1st/2nd stage regulators x Aqualung Military buoyancy compensator x ScubaPro UWATEC depth gauges

1.2 The periodic maintenance required for the CABA includes:

¾ An annual maintenance to rebuild regulators and masks, and to replace the soft seals. A general inspection of equipment condition must be performed during this annual maintenance. ¾ An annual overhaul of buoyancy compensators (BCs) and soft seals. Testing and Inspection are required after maintenance is completed. ¾ 2 yearly rebuild of tank valves ¾ An annual inspection of gas bottles (interior/exterior) ¾ repair as required

1.3 Quantity and Locations:

Quantity: Approximately 1000 units distributed in the various location as per the table below:

Victoria/Esquimalt Comox/Lazo Vancouver Edmonton Calgary Winnipeg Hamilton Toronto Trenton Kingston Petawawa Ottawa Montreal Trois-Riviere Courcelette/Valcartier Quebec City Oromocto/Gagetown Greenwood Halifax/Shearwater St John’s Gander

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

2. Ultralight Surface Supplied Diving System (ULSSDS)

2.1 The Ultralight Surface Supplied Diving System (ULSSDS), is a compact, boxed, portable open circuit system comprising of surface supply system, full face masks, supply umbilical, compressed air tanks and communication system and includes the following parts and OEM:

x Interspiro composite bottle bank and bailout bottles x Aqualung umbilical, full face mask (FFM) & regulator, buoyancy compensator x Kirby Morgan helmet x Carlton Life Support air distributions panels, communications

2.2 The periodic maintenance required for the ULSSDS includes:

¾ An annual maintenance to rebuild regulators, masks, helmets and buoyancy compensators and to replace the soft seals. A general inspection of equipment condition must be performed during this annual maintenance. ¾ An annual minor maintenance (ie. Soft seals replacement and inspection) and 2 yearly major rebuild, cleaning, inspection, and calibration ¾ An annual inspection of gas bottles (interior/exterior) ¾ 5 yearly hydrostatic testing for the gas bottles ¾ 5 yearly and pull testing required on umbilicals, as well as cleaning and inspection.

2.3 Quantity and Locations:

Quantity: Approximately 90 units distributed in the various location as per the table below:

Esquimalt Vancouver Edmonton Toronto Petawawa Montreal Courcelette/Valcartier Oromocto/Gagetown Halifax

3. Surface Supplied Breathing Apparatus (SSBA) 3.1 The Surface Supplied Breathing Apparatus (SSBA) is a portable open circuit system comprising of , mixed gas surface supply system, compressed tanks, heaters, supply umbilical, and communication system and includes the following parts and OEM if applicable:

x Kirby Morgan helmet/regulator SL17B x Aqualung umbilical (4 and 5 core) x Amcom 3 helium speech unscrambler x Fullerton Sherwood Engineering air/gas distribution panel x Bottle banks for HeO2/O2/Air x Aqua-air mini-pete dragon hot water heater x 100cuft Aluminium Bailout bottles

3.2 The periodic maintenance required for the SSBA includes:

x An annual maintenance to rebuild helmets and regulators and to replace the soft seals. A general inspection of equipment condition must be performed during this annual maintenance. x The gas distribution panel requires: o An annual Pneumo Valve test o 5 yearly overhaul, calibrating and testing as well as O2 cleaning and certification o 10 yearly replace the flex wire braided hoses plus 5 yearly Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

x An annual inspection of gas bottles (interior/exterior) x 5 yearly hydrostatic testing required for the gas bottles x 5 and 10 yearly pressure and pull testing required on umbilicals, as well as cleaning and inspection

3.3 Quantity and Locations:

Quantity: Approximately 20 units distributed in the various location in the table below:

Esquimalt Toronto Shearwater

4. Canadian Underwater Mine-countermeasure Apparatus (CUMA) 4.1 The Canadian Underwater Mine-countermeasure Apparatus (CUMA), is a closed-circuit system, full face masks, compressed breathing gas tanks, harness, buoyancy compensators, and open circuit bailout system. The non-magnetic rebreather system is only used by the Royal Canadian Navy (RCN) clearance divers. The CUMA is a military off-the-shelf, controlled goods system that is not for commercial use. This item is manufactured by under the Mission System Viper modular platform electronic rebreather system.

4.2 The periodic maintenance required for the CUMA includes but not limited to:

¾ Rebreather sets required 2 and 4 yearly maintenance conducted by Cobham approved representatives. ¾ 2 yearly maintenance and certification for two calibration panels

RCN clearance divers will conduct all other minor maintenance.

4.3 Quantity and Locations

Quantity: Approximately 78 units distributed in the various location as per the table below:

Esquimalt Toronto Shearwater

5. Other Personal Diving Equipment:

The requirement for maintenance for the other personal diving equipment are estimated as follow:

- The wet suits repair on “as and when required” basis. o Estimation per year: 100 repairs - Dry suits repair on “as and when required” basis. o Estimation per year: 250 repairs - Hot water suits repair on “as and when required” basis. o Estimation per year: 8 repairs. - The Enclosed Mine Lift bags require overhaul and recertification every 5 years.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

Equipment Group 2 – Recompression Chambers

The Recompression chambers are comprised of various fixed and portable units complete with compressors, breathing gas tanks, gas mixing systems, and fire suppression and communication systems. The recompression chambers are used for the medical treatment of divers and the conduct of tests and trials. Their maintenance is currently conducted by DND maintenance facilities with spare parts purchased as and when required.

The Equipment Group 2 includes fixed Main Recompression Chambers and 3 types of Portable Recompression Chambers.

1. Main Recompression Chambers

The description and location of the different Main Recompression Chambers are:

x 12 person chamber located in Shearwater, Nova Scotia x 10 person chamber located in Esquimalt, British Columbia x Dual wet/dry experimental chamber located in Toronto, Ontario x Unmanned test chamber located in Toronto, Ontario

2. Portable Recompression Chambers

The description and location of the different type Portable Recompression Chambers are:

x Containerized Diving System (CDS) o 6 person chamber housed in ISO containers o Includes ISO certification for 4 containers (2 chamber + 2 workshop containers) o One each in Esquimalt, British Columbia and Shearwater, Nova Scotia

x Submarine rescue chambers (SUBSAR) o 6 person chambers on vehicle towable trailers (trailers are not included in the work) o One each in Esquimalt, British Columbia and Shearwater, Nova Scotia

x Diver Attendant Recompression Transportable (DART) made by IHC Hytech o 2 person chambers for emergency casualty transport o Two each in Esquimalt, British Columbia and Shearwater, Halifax

x Yard Dive Tender 11 (YDT-11) chamber o 6 person chamber fitted onboard a RCN owned tender o One in Esquimalt, British Columbia All systems include 2 compressors (except DART and YDT-11), bottle banks, gauges, piping and hoses

3. The periodic maintenance for the Recompression Chambers is:

¾ 5 yearly overhaul, soft seals replacement, relieve valves overhaul and gas system inspection ¾ 10 yearly for everything from 5 yearly plus replacement of the acrylic windows

Estimation per year: 2-4 Recompression Chambers Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

Equipment Group 3 – Portable Air Compressors

1. Portable compressors - Either electric or diesel driven for charging diving air bottles;

1.1 The diving air compressors are used to fill diving cylinders with compressed air and are either electric or diesel driven. Currently CAF technicians conduct low level maintenance and a contractor provides overhaul maintenance every five years. Air quality testing is provided through a contractor laboratory and is not included within the scope of work.

The current compressors are obsolete and should be replaced by DND by the following or similar compressors prior to RFP release:

- Diesel Driven Compressors o Bauer DMT10-DH diesel motor - Electric Driven Compressors o Bauer DMT10-E3 electric motor

1.2 The periodic maintenance for the Portable Compressors Maintenance is:

¾ 5 yearly complete overhaul of motor and compressor assemblies.

1.3 Quantity and Locations:

Quantity: Portable Dive Cylinder Charging Air compressors – quantity 92 units

Dive Cylinders (all systems, various sizes) - quantity of 1600 units

Both types of Portable Air Compressors are distributed in various location as per the table below:

Victoria/Esquimalt Comox/Lazo Vancouver Edmonton Calgary Winnipeg Hamilton Toronto Trenton Kingston Petawawa Ottawa Montreal Trois-Riviere Courcelette/Valcartier Quebec City Oromocto/Gagetown Greenwood Halifax/Shearwater St John’s Gander

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

TBD TBD 1386-01-664-9792 4220-01-655-2598 4220-01-655-2600 4220-20-000-1738 4220-20-000-1743 4220-20-001-7725 4220-20-001-7726 4220-20-001-9215 4220-20-002-2819 4220-20-003-5649 4220-20-004-9001 4220-20-006-1995 4220-20-006-3080 4220-20-006-8884 4220-20-008-3633 4220-20-008-3635 4220-20-008-3636 4220-20-008-3639 4220-20-009-0916 4220-20-009-0920 4220-21-880-5664 4220-21-904-1338 4220-21-906-0842 4310-20-001-2741 4310-21-869-3745 4310-21-869-3746 4220-99-695-2761 4220-99-587-4184 1386-99-869-5423 4220-99-198-5106 4220-20-004-8655 4220-20-004-8795 5411-21-914-5409 4220-21-871-7307 4220-17-125-7010 4220-21-797-0335 4220-20-A0R-0582 4310-20-A0S-1013 4220-20-A0Q-6658 4220-20-A0Q-6659 4220-20-A0Q-6983 500 Ft 500 Ft 500 132 Ft 132 Panel (SAR) Panel Honda Kit-90m Demand Shipboard 30.14 CUFt 30.14 and workshop and Valve 100CuFt Valve Equipment Box Equipment valve 13.24 CuFt 13.24 valve 2 Cylinders, 3.4 L 3.4 Cylinders, 2 L 6.7 Cylinders, 2 Demand SAR TECH SAR Demand Demand Ice Demand Stratton and Briggs Demand Army NavyArmy Demand Recycling (CUMA VE) Transportable, 2 pers Gauge, Depth, Diver's Cylinder Assembly, Air Umbilical, 3 Core, 80 M Umbilical, 3 Core, 40 M Umbilical, 5 Core, Umbilical, 4 Core, Umbilical, 3 Core, Unmanned test chamber test Unmanned Demand Hand Off SAR TECH Off SAR Hand Demand Enclosed Mine Lift Bag, 500kg Bag, Lift Mine Enclosed Enclosed Mine Lift Bag, 1000kg Bag, Lift Mine Enclosed Diver Attendant Recompression Recompression Attendant Diver Regulator,Breathing Pressure,Gas Regulator,Breathing Pressure,Gas Regulator,Breathing Pressure,Gas Regulator,Breathing Pressure,Gas Regulator,Breathing Pressure,Gas Submarine Rescue Chamber, 6 pers 6 Chamber, Rescue Submarine Experimental wet/dry test chamber test wet/dry Experimental

Postal YardTender11Dive chamber, 6 pers Cylinder , Air, Diving Equipment c/w J c/w Equipment Diving Air, , Cylinder Cylinder, Air , Diving Equipment c/w K Compensator, Buoyancy, Diver's Black 60 M Ultra Light Surface Supply Supply Surface Weight Light Ultra 60M Cylinder Air, Diving Equipment 80CuFt Equipment Diving Air, Cylinder Main Recompression Chamber, 12 pers Main Recompression Chamber, 10 pers Cylinder, Air, Divian Equipment 92CuFt Equipment Divian Air, Cylinder, Compensator, Buoyancy, Diver's Orange CompressorUnit, Reciprocating, Electric Containerized Diving System, 6 pers RCC RCC pers 6 System, Diving Containerized Ultra Light weight Surface Supplied Diver Diver Supplied Surface weight Light Ultra Breathing Apparatus, Self contained, Gas Gas contained, Self Apparatus, Breathing Ultra Light Weight Surface Supplied Diving Supplied Surface Weight Light Ultra Helmet, Deep Sea Diver's, Helium- Compressor Unit, Reciprocating, Gasoline, CompressorUnit, Cage, 3 Stage Marinized, Compressor Unit, Reciprocating, Gasoline, Code Cylinder Assembly, Air, Diving Equipment, Cylinder Assembly, Air, Diving Equipment, System Supplied Surface Lightweight Ultra Unit Command Address City Prov Dive Team Cylinder, Air Diving Equipment c/w K Valve 10 Person SCOTIAN Naval Reserve 2111 Upper Water St Halifax NS B3K 2XO 410 10 10 8 1 1 1 PID 10 Person CABOT Naval Reserve 220 Southside Rd St. John's NL A1E 6E3 410 10 10 8 2 Acroynms PID 10 Person MONTCALM Naval Reserve 170 Dalhousie St Quebec QC G1K 8M7 410 10 10 8 2 1 EDUG Experimental Diving and Undersea Group PID 10 Person RADISSON Naval Reserve 1000 Ile-Saint-Christophe St Trois-Rivieres QC G9A 0A3 410 10 10 8 1 1 CANSOFCOM Canadian Special Operations Force Command PID 10 Person DONNACONA Naval Reserve 3525 Saint-Jacques St Montreal QC H4C 0A1 410 10 10 8 1 1 1 CAD Canadian Air Division PID 10 Person CARLETON Naval Reserve 79 Prince of Wales Dr Ottawa ON K1A 0K2 410 10 10 8 1 1 CFSSAT Canadian Forces School of Survival & Aeromedical Training PID 10 Person CATARAQUI Naval Reserve 24 Navy Way Kingston ON K7K 7B4 410 10 10 8 1 1 SQN Squadron PID 10 Person YORK Naval Reserve 659 Lake Shore Blvd W Toronto ON M5V 1A7 410 10 10 8 3 1 1 CFSSAR Canadian Forces School of Search and Rescue PID 10 Person STAR Naval Reserve 650 Catherine St N Hamilton ON L8L 4V7 410 10 10 8 CFSME Canadian Forces School of Military Engineering PID 10 Person CHIPPAWA Naval Reserve 1 Navy Way Winnipeg MB R3C 4J7 410 10 10 8 1 1 CER Combat Engineer Regiment PID 10 Person TECUMSEH Naval Reserve 1820 24th St SW Calgary AB T2T 0G6 410 10 10 8 1 1 RGC Regiment Genie de Combat PID 10 Person MALAHAT Naval Reserve 20 Huron St Victoria BC V8V 4R1 410 10 10 8 1 MARPAC Maritime Forces Pacific PID 10 Person DISCOVERY Naval Reserve 1200 Stanley Park Dr Vancouver BC V6G 3C7 410 10 10 8 1 1 1 MARLANT Maritime Forces Atlanic PID 10 person RDC EAST Naval Reserve 2111 Upper Water St Halifax NS B3K 2XO 36 5 10 1013 8 FDU P/A Fleet Diving Unit Pacific/Atlantic RDC 10 person RDC LAURENTIAN Naval Reserve 3525 Saint-Jacques St Montreal QC H4C 0A1 36 5 10 1013 8 DRDC(T) Defense Research & Development Centre Toronto RDC 10 person RDC CENTRAL Naval Reserve 659 Lake Shore Blvd W Toronto ON MEV 1A7 36 5 10 1013 8 SAR Search and Rescue RDC 10 person RDC WEST Naval Reserve 1200 Stanley Park Dr Vancouver BC V6G 3C7 36 5 10 5 1013 8 ESR Engineer Support Regiment RDC HMC Dockyard PO Box 99000 9 person CHARLOTTETOWN MARLANT Halifax NS B3K 5X5 29 9 9 9 PID Port Inspection Diver Stn Forces STD HMC Dockyard PO Box 99000 9 person FREDERICTON MARLANT Halifax NS B3K 5X5 29 9 9 9 STD Ship's Team Diver Stn Forces STD HMC Dockyard PO Box 99000 9 person HALIFAX MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD HMC Dockyard PO Box 99000 9 person MONTREAL MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD HMC Dockyard PO Box 99000 9 person PRESERVER MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD HMC Dockyard PO Box 99000 9 person ST JOHN'S MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD HMC Dockyard PO Box 99000 9 person TORONTO MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD HMC Dockyard PO Box 99000 9 person VILLE DE QUEBEC MARLANT Halifax NS B3K 5X5 29 9 9 9 Stn Forces STD 15 person HMC Dockyard PO Box 99000 MOG 5 MARLANT Halifax NS B3K 5X5 Combined 810 14 12 Stn Forces Dive Team Y Hanger Lover Base, 176 FDUA MARLANT Shearwater NS B0J 3A0 Multiple 35 9 18 2 4 50 39 39 160 12 6 3 3 458 10 238 9 3 3 7 65 102 2221 112 Marine Drive HMC Dockyard PO Box 1700 Stn 9 person CALGARY MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD HMC Dockyard PO Box 1700 Stn 9 person OTTAWA MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD HMC Dockyard PO Box 1700 Stn 9 person PROTECTEUR MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD HMC Dockyard PO Box 1700 Stn 9 person REGINA MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD HMC Dockyard PO Box 1700 Stn 9 person VANCOUVER MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD HMC Dockyard PO Box 1700 Stn 9 person WINNIPEG MARPAC Victoria BC V9A 7N2 29 9 9 9 Forces STD FDUP MARPAC Bldg 10, Wilfert Rd Colwood BC V9A 7N2 Multiple 35 27 54 2 4 27 30 41 56 248 13 4 178 10 228 12 3 3 6 132 3 2 1 1 2 2 1 1 1 2 1 19 person 1 CER 3rd Division PO Box 10500 Stn Forces Edmonton AB T5J 4J5 Cbt Dive 6 12 4 19 19 19 2 6 19 2 2 Team 4th Canadian Division Support 19 person 2 CER 4th Division Base Petawawa, PO Box 9999 Petawawa ON K8H 2X3 Cbt Dive 6 12 4 19 19 19 2 6 19 2 Stn Main Team 19 person CFB Gagetown, PO Box 17000 4 ESR 5th Division Oromocto NB E2V 4J5 Cbt Dive 6 12 4 19 19 19 2 6 19 2 2 Stn Forces Team 19 person Bldg 323, CFB Valcarter, PO Box 5 RGC 2nd Division Courcelette QC Cbt Dive 612 419 2 19 19 2 6 19 1 1000 Stn Forces Team Canadian Fores School Marine 30 person Engineering Gagetown, CFB CFSME 5th Division Oromocto NB E2V 4J5 Cbt Dive 12 24 4 19 4 4 30 5 30 4 12 30 2 2 Gagetown, PO Box 17000 Stn Team Forces Canadian Fores School Marine 6 person Engineering Gagetown, CFB CFSME (Fly Away) 5th Division Oromocto NB E2V 4J5 Cbt Dive 33 6 8 1 3 Gagetown, PO Box 17000 Stn Team Forces 30 Person 413 SQN 1 CAD 14 Wing, PO Box 5000 Stn Main Greenwood NS B0P 1N0 SAR Tech 24 16 30 30 1 Team 30 Person 424 SQN 1 CAD 8 Wing, PO Box 1000 Stn Forces Trenton ON K0K 3W0 SAR Tech 24 16 30 34 1 Team 30 Person 442 SQN 1 CAD PO Box 1000 Stn Main Lazo BC V0R 2K0 SAR Tech 24 16 30 32 1 Team 30 Person CFSSAR 1 CAD PO Box 1000 Stn Main Lazo BC V0R 2K0 SAR Tech 24 16 30 30 Team 15 Person 435 SQN 1 CAD PO Box 17000 Stn Forces Winnipeg MB R3J 3Y5 SAR Tech 18 12 15 15 1 Team 15 Person 103 SQN 1 CAD 9 Wing Gander, PO Box 6000 Gander NL A1V 1X1 SAR Tech 18 12 15 16 1 Team 5 person CFSSAT 2 CAD PO Box 17000, Stn Forces Winnipeg MB R3J 3Y5 SAR Tech Team Dwyer Hill Trg Center CANSOFCOM 101 Colonel By Dr Ottawa ON K1A 0K2 Training 22 2 20 30 30 9 Bldg 201, Rm 1201 133 10 person EDUG RCN Toronto ON M3K 2C9 8 10 3 10 10 3 3 3 10 3 11 Sheppard Ave W DRDC(T)

Total: 78 216 256 4 8 77 30 110 200 972 29 16 3 6 1084 0 30 0 144 943 41 18 48 0 16 596 3 31 22 6 12 441122411 1

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

Annex B - Proposed method of supply

PWGSC on behalf of DND is seeking Industry feedback to determine the best method of supply for the maintenance of the equipment for diving operations depending on the current Industry capability. Three different options are under evaluation:

Option 1 - Standalone contract(s) (possibly by Regions) Option 2 - Supply Arrangement Option 3 - In Service Support Contract

The 3 options are described below, and Appendix I to this Annex provides a series of questions to Industry to help understand the capability and interest of the Industry on this requirement. Interested suppliers are invited to return the questionnaire and any feedback by the closing date. The Industry is also invited to discuss the requirement and the different options in a one-on-one session.

Option 1 – Standalone contract(s) (possibly by Regions)

The first option is standalone contract(s) for the maintenance of the Equipment Group 1 – Personnel Diving Equipment only. The requirement would be for the award of one (1) contract for all the maintenance across Canada, or multiple stand-alone contracts by regions depending of the capability and interest of the Industry.

As an example the regions could be divided as follow:

Region Cities

Pacific Esquimalt, Lazo (Comox), Vancouver

Central Edmonton, Calgary, Winnipeg

South Ontario Hamilton, Toronto, Trenton, Kingston, Petawawa, Ottawa

Quebec Montreal, Trois-Riviere, Quebec City, Courcelette (Valcartier)

Atlantic Oromocto (Gagetown), Greenwood, Halifax, St John’s, Gander

In this example, we could have up to 5 contractors, one for each regions. The regions also includes ships for the applicable regions (ie. Esquimalt & Halifax)

With this proposed method of supply, each contractor would be responsible to perform preventive and corrective maintenance for units/bases within their own region. The contractors are free to retain a workforce in-house to conduct maintenance work, or to subcontract the maintenance work to local suppliers.

Depending of the requirement the maintenance work could be performed: x directly at the base/unit by a contractor’s representative, or x the equipment can be delivered to a regional contractor designated maintenance location by DND personal, (a maximum of 250 km from the base/units would be pre-defined in a future RFP depending of the local area of the base/units), and/or Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

x the equipment can be commercially shipped to a regional contractor designated maintenance location within the regions.

Each contractor would be responsible to supply the parts required for the maintenance work perform by the contractor and to supply maintenance parts to the those units that will keep performing some of the 2nd level maintenance work as describe in the LOI section 3.1 (last paragraph).

Each contractor will be responsible for the completion and the quality of their own work.

Potential Work Scope and Constraints for Option 1

a. The work scope will only include Equipment Group 1 excluding the sets (CUMA). The Equipment Group 2 Recompressions Chambers and Group 3 Portable Air Compressions would be excluded and possibly separately contracted.

Option 2 – Supply Arrangement

The scope of work for Option 2 is similar to Option 1 but instead of issuing a firm contract(s), PWGSC is looking at the possibility of creating a list of pre-qualified suppliers through a Supply Arrangement procurement vehicle.

A supply arrangement (SA) is a non-binding arrangement between Canada and a pre-qualified supplier that allows departments to award contracts and solicit bids from a pool of pre-qualified suppliers for specific requirements within the scope of the SA.

The interested suppliers would be pre-qualified on their capability to conduct the required preventive and corrective maintenance work. The intent is for each base/unit to have at least one qualified supplier in their local area (for example within 100km of the base/unit), the number of kilometer may vary depending of the location of the base/unit.

a. A contract would be raised when maintenance work is required by a base/unit and work scheduling and coordination will be done between the contractor and the unit.

A future Request for Supply Arrangements (RFSAs) would contain clear instructions on how to use the SA.

For more information on Supply Arrangement with the Government of Canada, please visit the web page https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/the-procurement- process/supply-arrangements

Potential Work Scope and Constraints for Option 2

a. The work scope will only include Equipment Group 1 excluding the rebreather diving sets (CUMA). The Equipment Group 2 Recompressions Chambers and Group 3 Portable Air Compressions would also be excluded and possibly separately contracted.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

Option 3 – In Service Support Contract

Option 3 would be to develop an In-Service Support contract for the all equipment groups. This will have a larger scope than the maintenance work. The In-Service Support contract would provide an overall maintenance programme management which includes the maintenances as described at section 3.1 of this LOI, but also project management, management system and logistic support defined below:

Program Management In an In-Service Support type contract, a contractor would be required to have sufficient resources available to manage the work assigned, perform the required maintenance (both preventive and corrective), and ensure the timely availability of parts, and accountability for the configuration and serviceability of the repaired or overhauled designated equipment. Work quality and configuration management will be vital due to the life support criticality of the designated equipment.

A contractor would be responsible to a DND Technical Authority (TA) for all contracted work related to the designated equipment. All direction related to the designated equipment, work tasks and approvals would flow from the TA to a contractor.

The contractor will be responsible to perform the following work under the Program Management:

- Administrative procedures o Work scheduling, parts management, cost tracking - Information management o A system and procedures to store maintenance and certification information at the equipment level, accessible by DND personnel and compatible with DND system of records (DRMIS). - Engineering management o Management of defined in-service design changes o Consultation services as required - Safety & Environment (S&E) o An S&E program that meets regulatory requirements - Sub contract management o Contractor initiation, statements of work, bid assessments, awards and performance monitoring - Quality Control o Technician qualifications, equipment/parts certifications

The Program Management will also be required to:

- Generate plans for: o Scheduling directly with units’ point of contact 1 month in advance, based on DND annual operations planning o Work definition, execution, close out and resource accounting o Maintaining equipment documentation, performing surveys, generating reports and maintenance record keeping o Performing logistics functions in support of assigned maintenance including warehousing, inventory, purchasing and disposal - Execute plans to: o Maintain assigned equipment to the required technical standards o Produce all required maintenance documentation and Objective Quality Evidence for any work performed o Generate costs of ownership down to the equipment level - Assess Performance o Establish mutually agreed Performance Measures and goals Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

o Implement a continuous improvement program

Technical Data Management The contractor may be required to use an electronic system capable of managing documentation, maintenance data, scheduling, logistics support, and designated equipment configuration. This system would be required to be compatible or capable of importing data into the DND system of record and would be accessible by designated DND personnel.

A contractor’s management system would be required to maintain records of maintenance (both preventive and corrective) performed on all designated equipment including tracking and configuration of all serial numbered parts.

Publications, drawings or technical documentation required by a contractor to conduct work on designated systems would be provided to the contractor by DND. Amendments or revisions of these documents would be issued from time to time by DND and a contractor would incorporate these changes into the root documentation held by the contractor.

Integrated Logistic Support The contractor would be required to procure, warehouse and establish stock levels of spare parts, to maintain the designated equipment in a fully serviceable state, and disposal of components as required.

Disposal The contractor would be required to dispose of expended or used parts resulting from maintenance activities in accordance with applicable provincial and federal laws.

Potential Work Scope and Constraints for Option 3

a. This option includes all scope of work for Equipment Groups 1, 2, and 3.

b. The main Recompression Chambers are fixed and maintenance must be performed in-situ, the Portable Recompression Chambers could be maintained in-situ or shipped to a prime contractor designated maintenance location.

c. The portable air compressors can be maintained in-situ or shipped to a prime contractor designated maintenance location.

d. CUMA may be excluded depending viability of support.

Contract Duration This In-Service Support Contract will be a long term performance-based contract. The contract is envisioned to be for an initial period of ten (10) years, followed by one (1) contract extension for an additional period of five (5) years.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

Appendix I – Questionnaire (a fillable PDF form can be provided on request)

Company Name: ______Company Address: ______

Company Contact Info: Name: Phone #: Email: Position/Title:

Based on the method of supply presented at Annex B, please check the box for the option(s) in which you would be interested and specify in what capacity?

܆ Option 1: Standalone Contract(s) (by Regions)

______

܆ Option 2: Supply Arrangement

______

܆ Option 3: In-Service Support Contract

______

Are there any changes or additions you would like to see in any of the three options presented? Are there other options that DND has not considered?

If DND holds a virtual Industry Day, will you participate? ܆ Yes ܆ No Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur W8482-182212/B 027ism Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME W8482-182212 027ism.W8482-182212

If yes, what information would you like to see? (Invitations will only be sent to respondents who have expressed interest.)

Do you have any concerns with any other aspects of the information contained in this Letter of Interest (LOI) and associated documentation? If so, please provide comments.