APN - CANADIAN MULTI-MISSION AIRCRAFT MAINTENANCE HANGAR

Solicitation number CX24CMMA_81656

Publication date

Closing date and time 2024/01/29 17:00 EST

Last amendment date


    Description
    Advance Procurement Notice
    Canadian Multi-Mission Aircraft Maintenance Hangar
    Comox, 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 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 - $333M)
    • Design development, construction drawings, and specifications for a new 3-bay maintenance hangar for CFB 19 Wing Comox, based upon a non-site specific 3-bay hangar concept that will be created under a separate MDB contract for CFB 14 Wing Greenwood.
    • Construct the new 3-bay maintenance hangar, which will tentatively include two first-line maintenance bays, one wash bay, workshops, storage, and administrative office space.
    • Construct new mission support centre (most likely part of the hangar.)
    It is anticipated that this solicitation will be initiated in 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 81656; 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.
    Following receipt of the sponsorship request package, the CSP, PWGSC will communicate directly with the consultant and/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 and/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:

    Mark Harvey
    Coordinator, Contract Services
    Defence Construction Canada
    (250) 465-8346
    mark.harvey@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 2024/06/18.

      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)

      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 - Pacific Region
      Address
      Address pending
      Victoria, British Columbia, V8W 2M6
      Canada
      Contracting authority
      Mahmoud Farajmandi
      Phone
      250-550-0157
      Email
      mahmoud.farajmandi@dcc-cdc.gc.ca
      Address
      250-550-0157
      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.

      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

      Language(s)
      French, English
      Procurement method
      Competitive – Open Bidding

      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: