APN_CJIM Joint Intelligence Training Centre (JITC), Kingston ON

Solicitation number APN_IE243040_84031

Publication date

Closing date and time 2026/06/10 14:00 EDT


    Description
    Advance Procurement Notice

    Combined Joint Intelligence Modernization (CJIM) Joint Intelligence Training Centre (JITC)
    CFB Kingston, Ontario
    (with Security Requirements)

    Purpose of this Advance Procurement Notice
    This is not a bid solicitation nor 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 CFB Kingston.

    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 this project may include Indigenous businesses participation component in accordance with the Procurement Strategy for Indigenous Business (PSIB).

    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
    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:            84031
    Approximate Estimate:    $25 Million
    Anticipated Posting:        September 1, 2026

    Description:   It is anticipated this project will be delivered through a Modified Design-Build (MDB) delivery model.
     
                          This project is for the design and construction of the Joint Intelligence Training Centre (JITC) facility which will consist of one building in a secure area on a green-field site. Included in the construction of the facility will                                          be roads, parking lots, fences, utilities, storm and sewer lines, communications and security systems.

                          The facility will provide flexible training areas, offices, as well as storage, washrooms, and associated support spaces. The facility will have a warehouse space that allows for the storage and manoeuvring of sea-container size                            equipment. It will include controlled-access and security zoning.

                          The area surrounding the building will allow for the secure storage and manoeuvring of sea-container size equipment, as well as spaces for outdoor training, supported by required utilities. The exterior works will include access                          roads, parking, fencing, lighting and connecting points.

                          The approximate size of the project area is:
    • Exterior Gross Space Requirement: approximately 4,000 m2
      • Shelter storage area and outdoor compound for large vehicles with fenced areas, required utilities, access roads and parking.
    • Interior Gross Space Requirements: approximately 2,200 m2
      • Two-story building with a controlled reception/access area, training area, office space and secure warehouse.
    Contract Award and Anticipated Security Requirements
    To be eligible for contract award, a proponent 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).

    Note: The following information in this section is for awareness of the additional potential security requirements the relevant parties will be subject to after award.

    The primary Design-Builder firm will be required to receive and store Protected and Classified project information on-site and/or their premises (post contract award).  They will also be required to electronically process, produce and/or store Protected and Classified information using their own Information Technology (IT) equipment (post contract award).

    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, 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 84031; 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 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:
    Robin Entwistle
    Team Leader, Contract Services
    Defence Construction Canada
    613-449-4964
    KNContracting@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 2026/06/12.

      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 - Ontario Region
      Address
      623 Fortune Crescent, Suite 200
      Kingston, Ontario, K7P 0L5
      Canada
      Contracting authority
      Robin Entwistle
      Phone
      613-449-4964
      Email
      KNContracting@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