APN-Inspection and Maintenance of Fire Detection and Suppression Systems

Solicitation number APN-PA028196_85262

Publication date

Closing date and time 2025/10/15 14:00 EDT

Last amendment date


    Description
    Advanced Procurement Notice
    Inspection, Testing and Maintenance (ITM) of Fire Detection and Suppression Systems

    PETAWAWA, ONTARIO
    PA028196_85262
    (WITH SECURITY REQUIREMENTS)

    Purpose of this Advance Procurement Notice
    This is not a bid solicitation nor a request for proposals.
    This is an advance notice for a potential contract with anticipated security requirements to provide interested contractors an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s). Note that there is no guarantee that this solicitation will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.

    Description of the Project and Services
    Contractor services and deliverables required for the ITM of various fire protection systems located at Garrison Petawawa.  The Department of National Defence (DND) has placed a priority on maintaining and repairing fire protection systems across their facilities.  Accurate records, documenting the maintenance and repairs are required to ensure compliance with the National Fire Code.  Services for Garrison Petawawa is anticipated to be stand-alone 5 year ITM contract.

    This service contract will include but not limited to: Scheduled ITM of various fire protection systems (fire alarm systems, fire detection and extinguishing systems, fire pumps, and fire booster pumps) as per applicable codes, and standards. 

    The Fire ITM services are estimated to be in the rough order of $1.1M per year.  It is anticipated that the procurement may be initiated in fall of 2025.

    Contract Award and Anticipated Security Requirements
    To be eligible for contract award, a proponent or bidder will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation documents.
    The anticipated security clearance level for this contract is Facility Security Clearance (FSC).

    Firms will be required to hold a valid SECRET CLEARANCE (FSC SECRET) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 

    Industrial Security Program Sponsorship
    Defence Construction Canada (DCC) is providing consultants or contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants or contractors that intend to submit a proposal or a bid on one or more of these projects and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP.
    Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential bidders or proponents with their respective security clearance sponsorship process.
    To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements.
    In their sponsorship request application to DCC, consultants or contractors are asked to quote the following information, among other things:
    • Advance Procurement Notice (APN) number (Project number on the MERX notice);
    • Contract number 85262; and
    • Level of clearance requested to be sponsored for.
    Sponsorship Process
    Upon receipt, DCC will review the sponsorship request application and will communicate directly with the consultants or contractors to provide assistance for the completion of the sponsorship request packages.
    Once DCC has determined, at its entire discretion, that a consultant or contractor:
    1. has started the sponsorship process prior to the solicitation(s) (Contract number(s) listed on their request for sponsorship) being advertised on MERX,
    2. has  met all the material requirements of the sponsorship request package, and
    3. has submitted a proposal or a bid
    DCC will send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP).
    Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent or bidder regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent or bidder will need to promptly cooperate with CSP to ensure that the process is completed as soon as possible.

    Questions
    Any questions pertaining to the sponsoring process through the ISP can be addressed to:
    Telephone Number: (613) 998-8974; or
    Email address: ISP.Sponsorship@dcc-cdc.gc.ca

    Any questions relating to this Advance Procurement Notice can be addressed to:
    Sarah Lemay
    Coordinator, Contract Services
    Defence Construction Canada
    Sarah.Lemay@dcc-cdc.gc.ca

    Disclaimer
    DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process and does not provide any representations or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP security clearance granting process. By applying to either of the aforementioned processes, the proponent or bidder agrees to bear any fees and risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes. Notwithstanding anything else stated above, DCC shall in no event be liable to the bidder or proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process.
     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2025/10/16.

      Trade agreements

      • World Trade Organization Agreement on Government Procurement (WTO GPA)
      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      Contact information

      Contracting organization

      Organization
      Defence Construction Canada - Ontario Region
      Address
      623 Fortune Crescent, Suite 200
      Kingston, Ontario, K7P 0L5
      Canada
      Contracting authority
      Sarah Lemay
      Phone
      613-401-6235
      Email
      pco@dcc-cdc.gc.ca
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      Summary information

      Language(s)
      French, English
      Procurement method
      Competitive – Open Bidding