APN - NORAD Northern Basing Infrastructure (NNBI), Nunavut

Solicitation number APN_NP26IQ01_87007

Publication date

Closing date and time 2026/08/31 14:00 EDT


    Description
    Advance Procurement Notice

    NORAD Northern Basing Infrastructure (NNBI) 
    Forward Operating Location Iqaluit, Nunavut
    (with Security Requirements)
    Purpose of this Advance Procurement Notice
    This is not a request for proposals.
    In the context of the major investments announced by the Government and to foster a proactive partnership with industry, DCC is issuing this Advance Procurement Notice (APN) to inform Design-Builders of an upcoming contract opportunity at Forward Operating Location Iqaluit, Nunavut.
    The purpose of this APN is to allow Design-Builders to assess their capacity and interest in participating, and to prepare adequately for the potential solicitation process, notably by initiating any necessary steps.
    This is a preliminary notice regarding a potential contract, which includes security requirements. The purpose of this APN is to allow interested Design-Builders to initiate, if required, the sponsorship process to obtain the necessary clearances or security clearances (if applicable).
    Please note that there is no guarantee that this contract will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process.
    Description of the Project and Services
    The Department of National Defence (DND) is investing in infrastructure developments for the North American Aerospace Defence Command (NORAD) Modernization and Continental Defence at the Forward Operating Location Iqaluit, Nunavut. 
    This infrastructure investment aims to ensure that the Canadian Armed Forces (CAF) have the tools they need to achieve their security and sovereignty objectives. These improvements will enable advanced aircraft operations and quick mobilization in the North for NORAD missions.  
    The infrastructure requirements for the FOL Iqaluit will include the following but are not limited to: 
    • Airfield improvements;  
    • Hangars with aprons and taxiways;  
    • Ammunition compounds; 
    • Fuel facilities;  
    • Accommodations, warehousing, planning, multi-purpose facilities, and support equipment;  
    • Robust IT, Cyber, and Logistics infrastructure.   
     
    The delivery method for this infrastructure will be a Modified Design-Build (MDB) contract, with one MDB contract for the site and an estimated total contract value that may exceed $5B. This multi-year contract consists of the following sequential and/or concurrent phases and are not limited to: 
    • Requirements validation, concept development, market analysis and planning activities.  
    • Design Phase activities. 
    • Construction Phase activities.  
     
    The infrastructure work for Iqaluit is projected to be procured in Winter 2027. This is conditional on receiving approval to proceed by DND.  
    The Government of Canada is committed to advancing reconciliation and fostering meaningful engagement with Indigenous Peoples. In support of these commitments, DND aims to create opportunities for Indigenous businesses and communities through meaningful subcontracting, employment, and training related to the proposed project. 
    To align with these objectives, the successful proponents will be required to develop an Indigenous Benefits Plan (IBP) as part of the MDB contract. The IBP will outline proposed initiatives and opportunities for Indigenous participation, including subcontracting, employment, and training activities. 
    Contract Award and Anticipated Security Requirements
    To be eligible for contract award, a Design-Builder 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 Design-Builders early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, Design-Builders that intend to submit a proposal for this project 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 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, design-builders are asked to quote the following information, among other things:
    • Advance Procurement Notice (APN) number (Project number on the MERX notice);
    • Contract number 87007; 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 Design-Builders to provide assistance for the completion of the sponsorship request packages.
    Once DCC has determined, at its entire discretion, that a Design-Builder:
    1. has started the sponsorship process prior to the solicitation (Contract number 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
    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 regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent 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:
    Antoine am Rhyn
    Regional Service Line Leader, Contract Services
    Defence Construction Canada
    819-431-7650
    Antoine.amRhyn@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 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 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 2026/09/01.

      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)

      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
      Antoine am Rhyn
      Phone
      819-431-7650
      Email
      Antoine.amRhyn@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)
      French, English
      Procurement method
      Competitive – Open Bidding