ADVANCE PROCUREMENT NOTICE STANDING OFFER FOR

Solicitation number COMMSTWR-National

Publication date

Closing date and time 2015/11/03 14:00 EST


    Description
    ENGINEERING SERVICES: CONDITION ASSESSMENT AND DESIGN FOR THE COMMUNICATION TOWERS PROGRAM, DJSCS NATIONWIDE TOWERS AND SUPPORTING INFRASTRUCTURE
    (WITH SECURITY REQUIREMENTS)
    
    
    
    PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE
    This is not a bid solicitation.  This is an advance notice of a Standing Offer with anticipated security requirements to provide interested consultants and sub-consultants an opportunity to apply for security clearances.  Note that there is no guarantee that this Standing Offer will proceed. 
    
    
    DESCRIPTION OF THE STANDING OFFER
    Conduct condition assessment of the DJSCS Communication Towers to determine the condition, functionality, and suitability of various existing antenna systems and any associated buildings, structures and facilities at various locations (Nationwide sites including permafrost zones, roughly a total of 35 sites with 1 to 47 antennas at each site). Conduct Radio Frequency Survey, Geotechnical and Topographic surveys, to verify suitability of antenna location, recommended height, and type of its foundation. Conduct Structural evaluation, assessment, life cycle costing and option analysis, and complete design of foundations, superstructures and associated structures or/and duct work including any related electromechanical components for existing and/or new antennas. The Consultant is to provide support during tender and construction phases of the National Program.
    
    
    DESCRIPTION OF THE SERVICES 
    The Engineering services that will be required for this program to include but not limited to the following:
    -	Site visits, investigation, and surveys;
    -	Identification of  soil, rock, Permafrost and ground water conditions existing on the sites, and to conduct complete seismic analysis, to obtain adequate geotechnical information to support the design and construction of foundations for the proposed antenna;
    -	Conduct Radio Frequency (RF) Survey;
    -	Structural Evaluation and Assessment of the super and sub structures;
    -	Evaluation, assessment and design of the site civil components;
    -	Evaluation, assessment and design of the site electrical components;
    -	Provision of electromechanical pathways (trenches and ducts) for electrical and communication cables, as required;
    -	Conduct Structure and Component Life Cycle and Cost Analysis;
    -	Validation of the Infrastructure Design Requirements, and Development of Concept Options,
    -	Design Development of the chosen Concept;
    -	Re-affirm or update life expectancy of the structure/components, life cycle analysis, and provision of reporting;
    -	Provide assistance to DCC and DND during tender phase;
    -	Provide assistance during Construction Phase (rehabilitation/repair/replacement) including Quality Verification Engineering, in-situ tests and load testing, and
    -	Provide Summary Report of Findings, structural analysis and design with full set of construction drawings and specifications.
    
    It is anticipated that the condition assessment call-ups under the Standing Offer to be valued between $5,000 to $70,000, and the maximum value of design call-up to be $300,000. It is anticipated that the Standing Offer will be established in spring 2016 for an anticipated period between 2 to 5 years and anticipated value up to $1,000,000 per year. This is conditional on the Standing Offer receiving approval to proceed by the DND. 
    
    SECURITY REQUIREMENTS
    Consultants will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    
    PROCESS 
    Consultants that do not meet the stipulated security requirements and that are interested in submitting a proposal 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.  Consultants are asked to submit their request prior to October 23, 2015 quoting the following information: 
    
    -	Contract number COMMSTWR-National; and
    -	Level of clearance requested to be sponsored for. 
    
    Consultant that have been sponsored through the ISP, that are in the process of obtaining their clearance and that are interested in submitting a proposal for this procurement are to send an email to Julie Demers 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 COMMSTWR – National Standing Offer can be addressed to:
    
    Julie Demers
    Coordinator, Contract Services
    Defence Construction Canada
    Julie.Demers@dcc-cdc.gc.ca
    (613) 991-6702

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • Comprehensive Land Claim Agreement (CLCA)
    • 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
    Demers, Julie
    Phone
    613-991-6702
    Address
    350 Albert Street, 17th Floor
    Ottawa, ON, K1A 0K3
    CA

    Buying organization(s)

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