Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

APN - PACIFIC REGION JOB HAZARD ANALYSIS & ASSESSMENTS PACIFIC REGION, BRITISH COLUMBIA (WITH SECURITY REQUIREMENTS)

Solicitation number 80758

Publication date

Closing date and time 2023/08/14 17:00 EDT

Last amendment date


    Description

    ADVANCE PROCUREMENT NOTICE
    PACIFIC REGION JOB HAZARD ANALYSIS & ASSESSMENTS
    PACIFIC REGION, BRITISH COLUMBIA
    (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 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 primary objective is to obtain a qualified Consulting firm to conduct job hazard assessments (JHA) in accordance with the JHA method described in Pacific Real Property Operations Unit (RPOU(P)) manuals (relevant manuals will be provided at the Request for Proposal stage) and to develop a web-based searchable database to compile all task data.

    Some of the services the consultant will have to provide is, but not limited to, the following:
    1. To conduct job hazard assessments (JHA) in accordance with the JHA method described in RPOU(P) manuals.
    2. To conduct safety hazard and environmental aspect identification and assessment in accordance with the Real Property Operations Unit Pacific manuals (RPOU(P) SEMS Manual), on an as required basis.
    3. To ensure compliance with CSA Z1002-12 (R2017) OHS Occupational Health and Safety – Hazard Identification and elimination and risk assessment and control.
    4. To identify all tasks completed by RPOU(P) Tradespeople and workers including tasks related to the following activities (Admin, Boilers and Pressure Vessels, Confined Space Entry and Rescue, water quality management, electrical high voltage work, Fall Protection, Hazardous Material Management, Workplace Harassment and Violence Prevention, Indoor Air Quality Assessment, Halocarbon Management, Tank Management) and complete a hazard assessment, risk assessment using the hazard rating scale and provide recommendations for controls. Includes review of tasks previously assessed, and any new tasks performed by RPOU(P) Tradespeople.
    5. Apply Gender-based Analysis Plus (GBA+) assessment for each trade.
    6. Identify where the gaps are present in the RPOU(P) P&C safety and environmental procedures, processes, and practices, and provide recommendations for corrections.
    7. Create a database and compile all task data into one main database.

    Overall contract value is estimated at $1,900,000. It is anticipated that this solicitation will be initiated in the summer of 2023. This is conditional on the contract 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, a consultant will be required to, among other things, actively hold all required security clearance(s) at the time of closing, as further detailed in the solicitation/tender documents.

    As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:
    • for consultants: a valid and active DESIGNATED ORGANIZATION SCREENING (DOS) at the level of RELIABILITY 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 early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants that are interested in submitting or participating in a proposal/bid for this procurement and that 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 are asked to quote the following information, among other things:
    - Contract number 80758; 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 to complete a sponsorship request package. Once DCC has determined that the consultant has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant based on the following timelines:
    • 30 calendar days prior to planned solicitation/tender closing, for DESIGNATED ORGANIZATION SCREENING (DOS); and
    • 60 calendar days prior to planned solicitation/tender 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 regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant 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:
    Michael Morris
    Procurement Specialist (Operations)
    Defence Construction Canada
    Michael.Morris@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 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 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 36 month(s), with a proposed start date of 2023/09/01.

    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address

    #215, SH575 / CFB Esquimalt

    Victoria, BC, V9A 7N2
    Canada
    Contracting authority
    Michael Morris
    Phone
    (250) 508-4457
    Email
    Michael.Morris@dcc-cdc.gc.ca
    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

    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: