APN_Inspection, Testing & Repair (ITM) of Emergency Power Generators, Petawawa
Solicitation number APN_PA106767_86881
Publication date
Closing date and time 2026/06/10 14:00 EDT
Description
Advance Procurement Notice
Inspection, Testing and Minor Repair (ITM) of Emergency Power Generators and Auxiliary Power Units
PETAWAWA, 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 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
Contractor services and deliverables required for the Inspection, Testing and Minor Repair (ITM) of emergency power generators, backup generators, automatic transfer switches and uninterruptible power systems located at Garrison Petawawa. The Department of National Defence (DND) has placed a priority on maintaining and repairing emergency power generators and auxiliary power units.
This service contract will include but not limited to: Scheduled Inspection, Testing and Minor Repair (ITM) of generator systems including the engine, all associated engine components, generator controller, fuel systems, electrical components, and switch gear and uninterruptible power systems including the bypass system, rectifiers, battery banks, inverters, and main controller as per applicable codes, and standards.
This contract is expected to be awarded to one (1) contractor for three (3) years with an option to add up to two (2) additional, one (1) year extension. The estimated services are expected cost $200,000 per year for a contract value is for $600,000 with possibility to extend up to a total amount of $1,100,000.
It is anticipated that this solicitation may be initiated in July 2026. This is conditional on the contract receiving approval to proceed from Department of National Defence (DND).
Contract Award and Anticipated Security Requirements
To be eligible for contract award, a 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 required security clearance anticipated for this contract is:
- a valid and active Designated Organization Screening (DOS) granted or approved by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
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:
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:
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:
Sarah Lemay
Team Leader, Contract Services
Defence Construction Canada
Sarah.Lemay@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.
Inspection, Testing and Minor Repair (ITM) of Emergency Power Generators and Auxiliary Power Units
PETAWAWA, 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 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
Contractor services and deliverables required for the Inspection, Testing and Minor Repair (ITM) of emergency power generators, backup generators, automatic transfer switches and uninterruptible power systems located at Garrison Petawawa. The Department of National Defence (DND) has placed a priority on maintaining and repairing emergency power generators and auxiliary power units.
This service contract will include but not limited to: Scheduled Inspection, Testing and Minor Repair (ITM) of generator systems including the engine, all associated engine components, generator controller, fuel systems, electrical components, and switch gear and uninterruptible power systems including the bypass system, rectifiers, battery banks, inverters, and main controller as per applicable codes, and standards.
This contract is expected to be awarded to one (1) contractor for three (3) years with an option to add up to two (2) additional, one (1) year extension. The estimated services are expected cost $200,000 per year for a contract value is for $600,000 with possibility to extend up to a total amount of $1,100,000.
It is anticipated that this solicitation may be initiated in July 2026. This is conditional on the contract receiving approval to proceed from Department of National Defence (DND).
Contract Award and Anticipated Security Requirements
To be eligible for contract award, a 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 required security clearance anticipated for this contract is:
- a valid and active Designated Organization Screening (DOS) granted or approved by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
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 86881; and
- Level of clearance requested to be sponsored for.
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:
- has started the sponsorship process prior to the solicitation (Contract number(s) listed on their request for sponsorship) being advertised on MERX,
- has met all the material requirements of the sponsorship request package, and
- has submitted a proposal or a bid
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:
Sarah Lemay
Team Leader, Contract Services
Defence Construction Canada
Sarah.Lemay@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 2026/06/10.
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 200Kingston, Ontario, K7P 0L5Canada
- Contracting authority
- Sarah Lemay
- Phone
- 613-401-6235
- Email
- pco@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.