ADVANCE PROCUREMENT NOTICE Construction Program for fiscal Years 17/18 through 19/20 National Capital Region (NCR)

Solicitation number WA-NCR-2016-20

Publication date

Closing date and time 2020/03/31 14:00 EDT

Last amendment date


    Description

    Advance Procurement Notice

    Construction Program for Fiscal Years 17/18 through 19/20

    National Capital Region (NCR)

    (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 Program

    The Construction Program will consist of multi-trade and single trade, construction projects as well as Professional and Facility Maintenance services of varying sizes and complexity. The program may include, but is not limited to new construction, repair, renovations, maintenance and Architectural and Engineering Consulting Services for the National Capital Region (NCR).

    Description of the Services

    The program will consist of project that may include, but not limited to the following:

    • New construction;
    • Renovation of existing infrastructure;
    • Building envelopes, roofs, windows, doors and cladding (brick and siding);
    • Foundation: waterproofing, drainage and parking;
    • Mechanical: HVAC, plumbing and controls extending to all mechanical building systems and components;
    • Electrical: distribution including panels, power panels, transformer, related safety devices and cabling as well as lighting and electrical support to building mechanical systems. May also include low voltage cabling;
    • Site Surveying;
    • Geotechnical Services;
    • Topographical Services;
    • Environmental Services;
    • Facility Management Services;
    • General Civil works (Earth, Gravel Work and Tree Removal, etc.);
    • Fire Systems: devices, panels, sprinklers as well as testing and certification;
    • Interior Finishes: including partitions, doors, floors and ceiling for offices, conference rooms laboratories, washrooms, kitchenettes;
    • Other specialized building systems and components including but not limited to: fume hoods, shielded enclosures, satellite dishes, computer room AC, SDAs, SCIFs, laboratories and other specialized infrastructure in support of NCR Operations.

    Security Requirements

    Consultants and Contractors will be required to hold one the following:

    A valid DESIGNATED ORGANIZATION SCREENING (DOS) at the level of RELIABILITY STATUS, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC); OR

    A valid FACILITY SECURITY CLEANRANCE (FSC) at the level of SECRET, 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 one the following:

    A valid DESIGNATED ORGANIZATION SCREENING (DOS) at the level of RELIABILITY STATUS, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC); OR

    A valid FACILITY SECURITY CLEANRANCE (FSC) at the level of SECRET, 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 a Proposal or Bid for these 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 WA-NCR-2016-20; and
    • Level of clearance requested to be sponsored for.

    Question

    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 the Base Program can be addressed to:

    Antoine am Rhyn

    Coordinator, Contract Services

    Defence Construction Canada

    613-991-9303

    Antoine.amRhyn@dcc-cdc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    am Rhyn, Antoine
    Phone
    613-991-9303
    Email
    Antoine.amRhyn@dcc-cdc.gc.ca

    Buying organization(s)

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

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada, Mexico, United States of America
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: