APN-STTC Passenger & Cargo Processing & Handling Infrastructure (MDB)
Solicitation number APN_HQ107DC_86258
Publication date
Closing date and time 2026/05/09 14:00 EDT
Description
Advance Procurement Notice
Strategic Tanker Transport Capability Project Passenger Processing Infrastructure and Cargo Handling & Processing Infrastructure,
Trenton, Ontario
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation nor a request for proposals.
In the context of the major investments announced by the Government and to foster a proactive partnership with industry, DCC is issuing this Advance Procurement Notice (APN) to inform contractors/consultants of an upcoming contract opportunity at Canadian Forces Base (CFB) Trenton, ON.
The purpose of this APN is to allow contractors and consultants to assess their capacity and interest in participating, and to prepare adequately for the potential solicitation process, notably by initiating any necessary steps.
This is a preliminary notice regarding a potential contract, which includes security requirements. The purpose of this APN is to allow interested contractors and consultants to initiate, if required, the sponsorship process to obtain the necessary clearances or security clearances (if applicable).
Please note that this project may include Indigenous businesses participation component in accordance with the Procurement Strategy for Indigenous Business (PSIB).
Please note that there is no guarantee that this contract will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process.
Description of the Project and Services
It is anticipated that the following solicitation will proceed as noted in the table below. This is conditional on the contract receiving approval to proceed from DND.
Project Number: HQ0107DC
Contract Number: 86258
Title: Strategic Tanker Transport Capability Project – MOB-East Cargo Handling & Processing and Passenger Processing
Approximate Estimate: $230M - $250M
Anticipated Posting: Summer 2026
Description:
The Royal Canadian Air Force (RCAF) requires sufficient strategic Air Mobility assets with the capability to effectively support its core missions as outlined in Strong, Secure, Engaged: Canada’s Defence Policy. The Strategic Tanker Transport Capability (STTC) project is anticipated to require new infrastructure for the CFB Trenton, Ontario. The project will potentially include a renovated Passenger Terminal with a new extension/addition, new cargo facility, supporting infrastructure, and deconstruction/demolition of existing building(s).
The services to be procured through this APN may include: Design and Construction of a new cargo facility and potential design and construction or renovation of the existing Passenger Terminal and supporting infrastructure. There is also potential for the demolition of the existing cargo and/or passenger terminal facilities. The delivery model of the project will be a modified design-build structure.
The total estimated gross space requirement for the new cargo building is 18,500 m². The existing cargo building has a gross area of 8,365 m². The existing passenger terminal building has a gross area of 3,087 m², while the total estimated gross space required to meet projected needs is approximately 8,500 m² which may be achieved through a combination of building expansion and interior reconfiguration.
The estimated cost of the proposed Modified Design-Build (MDB) Contract: $230M – $250M.
It is anticipated that this solicitation will be initiated in Summer 2026. This is conditional on receiving approval to proceed by the Department of National Defence (DND).
The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. Hence, DND is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the proposed project.
To support DND’s commitment, the development of an Indigenous Benefits Plan (IBP) that outlines sub-contracting opportunities for Indigenous Businesses and Peoples will be required in the MDB contract.
The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the proposed facility.
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.
As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:
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 for this project 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:
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:
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:
Steven Foster
Team Leader, Contract Services
Defence Construction Canada
613-813-4716
steven.foster@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.
Strategic Tanker Transport Capability Project Passenger Processing Infrastructure and Cargo Handling & Processing Infrastructure,
Trenton, Ontario
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation nor a request for proposals.
In the context of the major investments announced by the Government and to foster a proactive partnership with industry, DCC is issuing this Advance Procurement Notice (APN) to inform contractors/consultants of an upcoming contract opportunity at Canadian Forces Base (CFB) Trenton, ON.
The purpose of this APN is to allow contractors and consultants to assess their capacity and interest in participating, and to prepare adequately for the potential solicitation process, notably by initiating any necessary steps.
This is a preliminary notice regarding a potential contract, which includes security requirements. The purpose of this APN is to allow interested contractors and consultants to initiate, if required, the sponsorship process to obtain the necessary clearances or security clearances (if applicable).
Please note that this project may include Indigenous businesses participation component in accordance with the Procurement Strategy for Indigenous Business (PSIB).
Please note that there is no guarantee that this contract will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process.
Description of the Project and Services
It is anticipated that the following solicitation will proceed as noted in the table below. This is conditional on the contract receiving approval to proceed from DND.
Project Number: HQ0107DC
Contract Number: 86258
Title: Strategic Tanker Transport Capability Project – MOB-East Cargo Handling & Processing and Passenger Processing
Approximate Estimate: $230M - $250M
Anticipated Posting: Summer 2026
Description:
The Royal Canadian Air Force (RCAF) requires sufficient strategic Air Mobility assets with the capability to effectively support its core missions as outlined in Strong, Secure, Engaged: Canada’s Defence Policy. The Strategic Tanker Transport Capability (STTC) project is anticipated to require new infrastructure for the CFB Trenton, Ontario. The project will potentially include a renovated Passenger Terminal with a new extension/addition, new cargo facility, supporting infrastructure, and deconstruction/demolition of existing building(s).
The services to be procured through this APN may include: Design and Construction of a new cargo facility and potential design and construction or renovation of the existing Passenger Terminal and supporting infrastructure. There is also potential for the demolition of the existing cargo and/or passenger terminal facilities. The delivery model of the project will be a modified design-build structure.
The total estimated gross space requirement for the new cargo building is 18,500 m². The existing cargo building has a gross area of 8,365 m². The existing passenger terminal building has a gross area of 3,087 m², while the total estimated gross space required to meet projected needs is approximately 8,500 m² which may be achieved through a combination of building expansion and interior reconfiguration.
The estimated cost of the proposed Modified Design-Build (MDB) Contract: $230M – $250M.
It is anticipated that this solicitation will be initiated in Summer 2026. This is conditional on receiving approval to proceed by the Department of National Defence (DND).
The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. Hence, DND is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the proposed project.
To support DND’s commitment, the development of an Indigenous Benefits Plan (IBP) that outlines sub-contracting opportunities for Indigenous Businesses and Peoples will be required in the MDB contract.
The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the proposed facility.
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.
As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:
- for consultants or contractors: a valid and active FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET granted or approved by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
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 for this project 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 HQ0107DC_86258; and
- Level of clearance requested to be sponsored for.
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:
- has started the sponsorship process prior to the solicitation (Contract number listed on their request for sponsorship) being advertised on MERX,
- has met all the material requirements of the sponsorship request package, and
- has submitted a proposal or a bid
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:
Steven Foster
Team Leader, Contract Services
Defence Construction Canada
613-813-4716
steven.foster@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 2026/05/11.
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 200Kingston, Ontario, K7P 0L5Canada
- Contracting authority
- Steven Foster
- Phone
- 613-813-4716
- Email
- trcontracting@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.