Advance Procurement Notice for Edmonton, Alberta
Solicitation number EDM1415APN01
Publication date
Closing date and time 2015/12/21 13:00 EST
Description
ADVANCE PROCUREMENT NOTICE
BASE PROGRAM FOR FISCAL YEAR 15/16
EDMONTON, ALBERTA
(WITH SECURITY REQUIREMENTS)
PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE
This is not a bid solicitation. This is an advance notice of potential projects with anticipated security requirements to provide interested consultants and contractors an opportunity to apply for security clearances. Note that there is no guarantee that these projects will proceed.
DESCRIPTION OF THE PROJECT
The Base Program will consist various engineering, infrastructure and environment projects. Construction projects will be multi-trade and single trade, of varying sizes and complexity. The program may include, but is not limited to new construction, repairs, renovations and maintenance (including associated architectural, engineering and environmental services) of Department of National Defence (DND) infrastructure in support of Canadian Forces Operations in Edmonton and associated satellite sites, including Whitehose & Yellowknife. Additional technical services supporting the program may also include, but not limited to land surveying, materials testing, geological and environmental studies and environmental training.
Overall program value is estimated at $10,000,000.00, with the maximum value of any individual project $5,000,000.00.
DESCRIPTION OF THE SERVICES
The program will consist of infrastructure and environment projects (including associated architectural, engineering and environmental services) that may include, but are not necessarily limited to the following:
• Asphalt and concrete paved parking lot expansion projects
• Asphalt and gravel road upgrade projects
• Potable water system upgrades and repairs
• Fuel Storage Tank System upgrades
• Demolish various buildings and structures
• Replace and / or repair roof sections on various buildings
• Upgrade or replace segments of storm and sanitary sewer system
• Building mechanical and electrical system upgrades
• Upgrade intrusion and fire alarm systems
• Replace boilers in various buildings
• Upgrade high voltage distribution system
• Provide temporary (three to five years) office accommodation
• Various upgrades and improvements to recreational facilities including ice arenas and swimming pools
• Assess & remediate contaminated sites
• Complete hazardous materials assessments including hazardous materials abatement
• Complete environmental assessments, including habitat and species surveys and conduct environmental training.
It is anticipated that the procurement for these projects will be initiated in the period of April 1, 2015 through March 31, 2016. This is conditional on the project receiving approval to proceed by DND.
SECURITY REQUIREMENTS
Consultants and Contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
Sub-consultants and sub-contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
PROCESS
Consultants and Contractors that do not meet the stipulated security requirements and that are interested in submitting proposals or bids for procurements that fall under this program 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. The following information is to be provided:
- Contract number EDM1415APN01; and
- Level of clearance requested to be sponsored for.
QUESTION
Any questions pertaining to the sponsoring process through the ISP can be sent to the following email address:
Should you wish to speak with a DCC Representative, please call (613) 998-8974
Any questions relating to the Base Construction Program can be addressed to:
Skye Kaus
Site Manager
Defence Construction Canada
(780) 973-4011 Ext. 2415
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 StreetOttawa, Ontario, K1A 0K3Canada
- Contracting authority
- Skye Kaus
- Phone
- 780-973-4011 ext. 2415
- Fax
- Skye.Kaus@dcc-cdc.gc.ca
- Address
-
Canadian Forces Base Edmonton
PO Box 300Lancaster Park, AB, T0A 2H0
Buying organization(s)
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.