ADVANCE PROCUREMENT NOTICE, GAGETOWN PROGRAM, NB
Solicitation number BASE_APN_GA_2026_2027
Publication date
Closing date and time 2027/03/31 13:00 EDT
Description
Base Program
5 CDSB Gagetown, Oromocto, NB
(with AND WITHOUT 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 upcoming contract opportunities at 5th Canadian Division Support Base (CDSB) Gagetown, Oromocto, NB. for Real Property Operations Group (RP OPS) and Canadian Forces Housing Agency (CFHA) base programs.
The purpose of this APN is to allow contractors and consultants to assess their capacity and interest in participating, and to prepare adequately for potential solicitation processes, notably by initiating any necessary steps.
This is a preliminary notice regarding potential contracts, which may or may not include 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 certain projects may be reserved for Indigenous businesses in accordance with the Procurement Strategy for Indigenous Business (PSIB).
Please note that there is no guarantee that these solicitations will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process.
DESCRIPTION OF LOCATION
5 CDSB Gagetown was officially opened in 1958 as a training facility. It boasts a 1,100 square kilometre (km) training area, 1,500 kms of roads, 900 kms of tracks and 740 buildings. As such, 5 CDSB Gagetown is the second largest military base in Canada and the largest military facility in Eastern Canada.
The Base and its lodger units provide full-time employment to approximately 6,500 military members, including the Reserve Force, and 1,000 civilians.
The main garrison, located in the town of Oromocto, NB.
The total number of personnel at 5 CDSB Gagetown increases dramatically at different times of the year. The training area and facilities are used regularly by units from other Canadian Armed Forces Bases, Reserve units, Cadets, civilian police forces and even American military units. There is on average an additional 10,000 personnel training annually on the Base.
Description of the ProjectS and Services
Future contracts will be subject to separate tendering or request for proposals processes and awarded through various procurement mechanisms and tools made available to DCC.
- Open competitive tenders or requests for proposals advertised on MERX, and CanadaBuys if they are subject to one of Canada’s trade agreements and their estimated value is equal to or above the agreement’s dollar thresholds.
- Open Construction Source List (OCSL) – By invitation only to the members of the OCSL. The OCSL for CDSB Gagetown and P.E.I. is currently open on MERX and interested contractors are welcomed to apply. Search for AR26SLGA_86027 - Open Construction Source List for CDSB Gagetown and P.E.I. on MERX and follow the instructions to apply. IMPORTANT: A MERX account is required to apply.
- Quick Response Tender (QRT) source lists – Similar to OCSL but for lower dollar value projects. By invitation only to the members of each QRT source list. The following QRT source list for Gagetown is currently open on MERX and interested contractors are welcomed to apply.
- GA26SL01_86603 - General Contracting Source List for Quick Response Tenders
- Source lists (SL) – Typically used for professional services such as A&E or environmental. A source list may be local, regional, or national. Each SL is put in place via an open competitive process, advertised on MERX, and CanadaBuys where applicable. Members of the SL are then approached based on the criteria provided in the RFP to submit a proposal based on a provided Statement of Work (SOW). For most SL, the contracts are negotiated one-on-one.
- Standing Offer Agreement (SOA) and Standing Offer (SO) – Used for any type of services or construction and generally put in place with one of two suppliers. These tools may be local, regional, or national. Each tool is put in place via an open competitive process, advertised on MERX, and CanadaBuys where applicable or by invitation from an OCSL.
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.
Where applicable, the anticipated security clearance level for each contract is listed in the attached list of projects.
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 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 or numbers as referenced in the attached table; 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(s) (Contract number(s) 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:
Yuriy Klitynskyy
Team Lead, Contract Services
Defence Construction Canada
506 471 3972
Yuriy.klitynskyy@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.
DCC provides assistance only, at its sole discretion, in the sponsorship process and makes no representations or warranties regarding the acceptance of a sponsorship application or the issuance of a security clearance by the PSC. The processing of applications remains subject to the applicable terms and timelines of both the DCC and the PSC processes.
By participating in these processes, applicants and bidders assume all costs and risks associated with preparing and processing their applications, including the accuracy of the information provided and the absence of any guarantee regarding obtaining the required certifications. DCC shall under no circumstances be liable for any damages, direct or indirect.
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 2027/03/31.
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)
Businesses interested in partnering for this tender opportunity:
Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.
Contact information
Contracting organization
- Organization
-
Defence Construction Canada - Atlantic Region
- Address
-
175 Western Parkway, Suite 100Bedford, Nova Scotia, B4B 0V1Canada
- Contracting authority
- Yuriy Klitynskyy
- Phone
- 506-471-3972
- Email
- Yuriy.Klitynskyy@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.