FACILITIES MAINTENANCE AND SUPPORT SERVICES, GARRISON DWYER HILL TRAINING CENTER, RICHMOND, ON

Solicitation number DHTC1701

Publication date

Closing date and time 2015/03/13 14:00 EDT


    Description
    ADVANCE PROCUREMENT NOTICE
    FACILITIES MAINTENANCE AND SUPPORT SERVICES 
    GARRISON DWYER HILL TRAINING CENTER, RICHMOND, ON 
    (WITH SECURITY REQUIREMENTS)
     
    PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE
    This is not a bid solicitation.  This is an advance notice of a potential project with anticipated security requirements to provide interested contractors an opportunity to apply for security clearances.  Note that there is no guarantee that this project will proceed. 
     
    DESCRIPTION OF THE PROJECT
    This all-encompassing Facilities Maintenance and Support Services Contract requires the Contractor to be responsible for the Maintenance and Support Services of all identified buildings, land areas and their associated infrastructure within the defined property limits that will ensure compliance with all regulations, standards and codes and to a standard that will not cause the buildings to deteriorate beyond normal wear and tear throughout the contract term.
     
    DESCRIPTION OF THE SERVICES 
    The Contractor will be required to provide Facilities Maintenance and Support Services potentially for a (3) year period in support of infrastructure, grounds and building for 112 buildings with an approximate total gross area of 41,000 m2.  In addition to the buildings there are parking lots, sidewalks, roads and land parcels that form part of the contracted Site. 
     
    The Contractor will provide the following services at the Site:
    1. Hard Services
    a) Building Envelope Maintenance 
    b) Door Systems 
    c) Electrical Systems 
    d) Elevator and Lifting Systems 
    e) Fire Detection and Suppression Systems 
    f) Generator 
    g) Heating, Ventilation, Air Conditioning & Refrigeration Systems 
    h) Life Safety Systems 
    i) Plumbing Systems 
    j) Security and Access Control System
     
    2. Soft Services
    a) Cleaning and Housekeeping Services
    b) Environmental Services
    c) Hazardous Waste Management
    d) Integrated Pest Management Services
    e) Landscaping Services
    f) Range and Training Area Services
    g) Snow and Ice Clearing Services
    h) Solid Waste Management
     
    All of the services above have Scheduled and “on Demand‟ requirements.
    The Contractor will also provide the following Facilities Support Services:
    a) Service Management & Coordination;
    b) Emergency Response;
    c) Job Tracking & Management;
    d) Maintenance Program Implementation;
    e) Plan & Drawing Management;
    f) Budgeting and Financial Control;
    g) Help Desk Services; and
    h) Utilities Management.
     
    The Contractor will also be required to undertake work that is outside the scope of the scheduled and demand services. This work will be priced, managed and implemented using an Additional Work Request (AWR) process.
     
    It is anticipated that this procurement will be initiated in July 2016 for a value of $17,000,000. This is conditional on the project receiving approval to proceed by the DND. 
     
    SECURITY REQUIREMENTS
    Contractors will be required to hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    
    Sub-contractors will be required to hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    
    PROCESS 
    Contractors that do not meet the stipulated security requirements and that are interested in submitting a bid for this procurement can apply for the security clearance through the Industrial Security Program (ISP).  This can be done by following the procedure on DCC’s website at the following link: http://www.dcc-cdc.gc.ca/english/contractors_consultants.html.  Contractors are asked to submit their request prior to March 13, 2015 quoting the following information: 
    -        Contract number DHTC1701; and
    -        Level of clearance requested to be sponsored for. 
     
    Contractors that have been sponsored through the ISP, that are in the process of obtaining their clearance and that are interested in submitting a bid for this procurement are to send an email to Sanja Galin indicating:
    -        Name of the firm
    -        Contact person
    -        Level of clearance previously requested to be sponsored for
    -        Organization number assigned by CISD (if received)
     
     
    QUESTION
    Any questions pertaining to the sponsoring process through the ISP can be sent to the following email address:
    ISP.Sponsorship@dcc-cdc.gc.ca
     
    Any questions relating to the Project can be addressed to:
    Sanja Galin
    Coordinator, Contract Services 
    Defence Construction Canada
    Sanja.Galin@dcc-cdc.gc.ca
    613-991-9356

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Galin, Sanja
    Phone
    613-991-9356
    Fax
    613-998-9547
    Address
    180 Kent Street, 14th Floor
    Ottawa, ON, K1P 0B6
    CA

    Buying organization(s)

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    Mexico
    ,
    United States of America
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding