APN - Defence Research and Development Canada (DRDC)

Solicitation number APN_NR17OHQ1

Publication date

Closing date and time 2026/05/22 14:00 EDT

Last amendment date


    Description
    Advance Procurement Notice

    Defence Research and Development Canada (DRDC) Ottawa Research Centre (ORC)
    Ottawa, Ontario
    (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 or contractors 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 department of National Defence is planning for the design and construction of the Defence Research and Development Canada (DRDC) Ottawa Research Centre (ORC) – Infrastructure project at the Shirleys Bay Campus located at 3701 Carling Avenue, Ottawa, Ontario in the National Capital Region. It is the intention of Defence Construction Canada (DCC) to solicit the services of a Modified Design-Builder. 
    DRDC (ORC) is currently located at Shirleys Bay Campus occupying many older buildings on site which require replacement. The DRDC ORC is planned to be housed in a new purpose built and secure defence research facility having an approximate size of 21,000 m2 (gross).  The facility will accommodate approximately 270 personnel. Additionally, many of the existing older buildings currently housing DRDC (ORC) will be demolished as part of the project.  It is estimated that approximately 5,000 m2 of infrastructure will require demolition which includes administrative space, laboratory, vehicle shelter, storage space and trailers. 
    The estimated cost construction of the proposed Modified Design-Build (MDB) Contract is in the range of $300M-$450M.
    It is anticipated that this solicitation will be initiated in Spring 2026.  This is conditional on receiving approval to proceed by the Department of National Defence (DND).
    The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. Hence, DND is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the proposed project.

    To support DND’s commitment, the development of an Indigenous Benefits Plan (IBP) that outlines sub-contracting opportunities for Indigenous Businesses and Peoples will be required in the MDB contract.

    The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the proposed facility.

    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 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 85059; 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:
    Priscille Vumi
    Team Leader, Services des marchés
    Defence Construction Canada
    343-596-6289
    Priscille.Vumi@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 2026/05/25.

      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)

      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 - National Capital Region
      Address
      180 Kent Street, 14th Floor
      Ottawa, Ontario, K1P 0B6
      Canada
      Contracting authority
      Priscille Vumi
      Phone
      343-596-6289
      Email
      priscille.vumi@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.

      Summary information

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