APN_Strategic Tanker Transport Capability Project, Trenton, Ontario

Solicitation number APN_HQ0107DC

Publication date

Closing date and time 2024/01/02 14:00 EST

Last amendment date


    Description

    Advance Procurement Notice
    Strategic Tanker Transport Capability Project
    Trenton, Ontario
    (with Security Requirements)

    Purpose of this Advance Procurement Notice
    This is not a bid solicitation. This is an advance notice of a potential contract with anticipated security requirements to provide interested consultants or contractors an opportunity to begin the sponsorship request process for potentially obtaining the required security clearance(s) that are anticipated. Note that there is no guarantee that this contract 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
    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 Trenton Ontario. The project will include a new two bay hangar, new or upgraded apron, taxiways and runways, and potential supporting infrastructure.
     
    This APN is for the potential construction or renovation of a two-bay hangar that would be used for day-to-day operations, to house and to maintain aircraft. The estimated size of the hangar is approximately 40,000 square meters.

    The services to be procured may include: Design and Construction of the hangar and potential construction or renovation of supporting infrastructure. The delivery model of the project will be a modified design-build structure. Overall project value is estimated to be approximately $550,000,000.00.

    It is anticipated that this solicitation will be initiated in the Winter / Spring of 2024 and will use a pre-qualification process. This is conditional on the project receiving approval to proceed by the Department of National Defence (DND).

    Contract Award and Anticipated Security Requirements
    In order to be eligible for contract award, the primary design and construction firm(s) will be required to actively hold all required security clearance(s) at the time of closing, 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).

    Industrial Security Program (ISP) 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 are interested in submitting or participating in a proposal for this procurement and do not actively hold the above identified security clearance(s) should begin the security clearance application process by applying through DCC’s ISP.

    Under this program, DCC may provide preliminary assistance with the 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:
    Contract number HQ0107DC; 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 consultant or contractor to complete a sponsorship request package. Once DCC has determined that the consultant or contractor has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant or contractor based on the following timelines:
    60 calendar days prior to planned solicitation closing, for FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET.
    Following receipt of the sponsorship request package, the CSP, PWGSC will communicate directly with the consultant or contractor regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant or contractor will need to cooperate with the CSP, PWGSC in a timely fashion to further the process.

    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 does not provide any assurances or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP, PWGSC on behalf of a consultant or contractor will be successful or result in the granting of the requested security clearance(s) by the CSP, PWGSC, in a timely fashion. 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, PWGSC’s security clearance granting process. By applying to either of the aforementioned processes, the consultant or contractor accepts and agrees to bear any 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.

    Contract duration

    The estimated contract period will be 42 month(s), with a proposed start date of 2024/04/01.

    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)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Address

    14 Alert Blvd.

    Astra, Ontario, K0K 3W0
    Canada
    Contracting authority
    Steven Foster
    Phone
    (613) 813-4716
    Email
    Steven.Foster@dcc-cdc.gc.ca
    Address
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Not Applicable
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    ,
    Quinte West
    Region of opportunity
    Quinte West
    Contract duration
    42 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: