ADVANCE PROCUREMENT NOTICE - MULTI-MISSION AIRCRAFT MAINTENANCE HANGAR
Solicitation number GW24CMMA_81654
Publication date
Closing date and time 2024/01/24 13:00 EST
Last amendment date
Description
Canadian Multi-Mission Aircraft Maintenance Hangar
Greenwood, NS
(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 and/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 these contracts will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.
Description of the Program and Services
The Canadian Multi-Mission Aircraft Program will purchase long range patrol aircraft to replace the existing fleet of CP-140 Aurora aircraft. The new aircraft are to be based at Canadian Forces Base 14 Wing Greenwood, NS, and CFB 19 Wing Comox, BC. This program will consist of new infrastructure and renovations to existing infrastructure to support the new aircraft at both Bases. It is currently anticipated that most requirements to support this program will be delivered through multiple Modified-Design Build (MDB) contracts (anticipated two at each Base). This advance notice is for the following potential contract:
MDB in support of Hangar Construction (rough order-of-magnitude value $428M)
- Concept design for a new 6-bay aircraft maintenance hangar for CFB 14 Wing Greenwood and a non-site specific new 3-bay aircraft maintenance hangar.
- Design development, construction drawings, and specifications for the new 6-bay maintenance hangar for CFB 14 Wing Greenwood, only. The 3-bay hangar concept will be developed and constructed under a separate MDB contract for CFB 19 Wing Comox.
- Construct the new 6-bay maintenance hangar at CFB 14 Wing Greenwood, which will tentatively include two second-line maintenance bays, three first-line maintenance bays, one wash bay, workshops, storage and administrative office space.
- Construct a new mission support centre (most likely part of the hangar).
It is anticipated that this solicitation will be initiated in Spring/Summer 2024. This is conditional on the contract receiving approval to proceed by the Department of National Defence (DND).
Contract Award and Anticipated Security Requirements
To be eligible for contract award, a consultant and/or contractor 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 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 and/or contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants and/or contractors that are interested in submitting or participating in a proposal for these procurements that fall under this program 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 and/or contractors are asked to quote the following information, among other things:
- Contract number 81654; 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 and/or contractor to complete a sponsorship request package. Once DCC has determined that the consultant and/or contractor has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant and/or contractor 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.
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:
Donna MacDonald
Coordinator, Contract Services
Defence Construction Canada
782-409-1845
Donna.MacDonald@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.
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 2024/05/31.
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)
Contact information
Contracting organization
- Organization
-
Defence Construction Canada - Atlantic Region
- Address
-
175 Western Parkway, Suite 100Bedford, Nova Scotia, B4B 0V1Canada
- Contracting authority
- Donna MacDonald
- Phone
- 782-409-1845
- Email
- Donna.MacDonald@dcc-cdc.gc.ca
- Address
-
782-409-1845
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.