Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Maintenance on CanadaBuys website

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

  • Friday, April 17 from 7:00 pm until 11:00 pm (EDT)

SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, April 18 from 8:00 pm until 11:59 pm (EDT)

APN- LONG RANGE RADAR SITES – REPLACEMENT OF POWER GENERATION SYSTEMS

Solicitation number MPNWS0011_ 78956

Publication date

Closing date and time 2024/12/26 14:00 EST

Last amendment date


    Description
    north worning systm long range radar – diesel engine generators replacment

    (with Security Requirements)
    Purpose of this Advance Procurement Notice
    This is not a bid solicitation nor a request for proposals.
    This is an advance notice for a potential contract  with anticipated security requirements to provide interested consultants an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s) . Note that there is no guarantee that this solicitation 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 North Worning System (NWS) has 10 Long Range Radar (LRR) sites located in Yukon (YK), Northwest (NWT), and Nunavut (NU) Territories (Northern Sites), and in Labrador (Eastern Sites).  The northern sites were built in the late 1950’s, and the eastern sites were built in the 1980’s.

    Each site has a power generation system (PGS) consisting of 3 to 5 sets of power generation assemblies; diesel engine, generator (alternator), and a small electrical panel that houses the switchgear (main breaker), controls, and PGS monitoring systems.  Three sites (BAF-3, LAB-2, and LAB-6) have 4 PG Assemblies, one site (FOX-M) has 5 assemblies, and other sites have 3.

    Consultant services will be required for the following, but not limited to design services including Option Analysis, Design development, Preparation of Construction Document, Preparation of Performance Specifications, Tender Phase Services, Construction Phase Services and Cost Estimating. The rough order of magnitude value for the construction is $45M and the anticipated time when this program will be launched is during Winter 25/26. This is conditional on the project receiving approval to proceed by the DND.
     
    It is anticipated that the following solicitation will proceed as noted in the table below. This is conditional on the contract receiving approval to proceed from DND.
    Contract Number: MPNWS011_ 82965
    Title: North Warning System Long Range Radar - Diesel Engine Generators replacement
    Approximate Estimate: $4,000,000
    Anticipated Posting: January 2025



    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.
    The anticipated security clearance level for this contract is FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET
    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 above 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 MPNWS011_ 82965; 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 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:
    1. has started the sponsorship process prior to the solicitation (Contract number(s) listed on their request for sponsorship) being advertised on MERX,
    2. has  met all the material requirements of the sponsorship request package, and
    3. has submitted a proposal or a bid
    DCC will  send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP).
    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:
    Eric Ndayambaza
    Coordinator, Contract Services
    Defence Construction Canada
    (+1) 343 576 9347
    Eric.Ndayambaza@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.

     
     

     

      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 2024/12/30.

      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)

      Partner with another business

      Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

      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 - National Capital Region
      Address
      180 Kent Street, 14th Floor
      Ottawa, Ontario, K1P 0B6
      Canada
      Contracting authority
      Eric Ndayambaza
      Phone
      1-343-576-9347
      Email
      eric.ndayambaza@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.

      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: