ADVANCE PROCUREMENT NOTICE SMALL BOAT FLOATS CONSTRUCTION PROJECT, CFB ESQUIMALT, BC
Solicitation number HQ00922D
Publication date
Closing date and time 2018/05/02 14:00 EDT
Description
Advance Procurement Notice
Small boat floats construction project
CFB Esquimalt, British Columbia
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation. This is an updated re-posting of the original Advance Procurement Notice (APN) for the Small Boat Floats (SBF) Construction Project that was posted on June 8, 2016. The purpose is to give advance notice of potential projects with anticipated security requirements to provide interested contractors and sub-trades and opportunity to apply for security clearance. Note that there is no guarantee that these projects will proceed.
Description of the Project
The objective of the SBF Upgrade Project is to provide long-term, cost-effective and operationally efficient berthing and berthing infrastructure required for the Royal Canadian Navy’s minor vessels and Canadian Forces Auxiliary Fleet Majesty’s Canadian Dockyard Esquimalt. The objective will be met through the provision of the following:
- Adequate and safe berthing facilities for the fleet of small vessels;
- Adequate berth services specific to the requirements of the assigned vessels;
- Effective access through the site to the head of the berthing facilities for vehicles and pedestrians;
- Adequate lay-down areas to accommodate operational and maintenance requirements, and parking, delivery, and other related uses; and,
- Adequate infrastructure to support the personnel that muster and depart from the SBF facilities.
Description of the Services
The project may consist of, but is not limited to, the following work (some work may already be completed):
- Demolition of various concrete paved walkways and structures;
- Removal of marine rock to a set depth;
- Modifying the shoreline armoring and its slope within, and above, the intertidal areas of the site, and installing concrete abutments;
- Supply and install wick drains;
- Install new mooring piles;
- Relocation and installation of existing concrete float modules;
- Construct and/or install ramps and tresles connecting the float modules to the new abutments and ashore;
- Install civil, mechanical, electrical and communications services to and onto the new floats;
- Fabricate and install utility service Kiosks for the Floats;
- Improve upland civil works;
- Improve upland mechanical and electrical components;
- Install and commission a new communications buildings;
- Supply and install a “packaged stand-alone steam boiler and steam distribution lines onto one of the Floats;
- Removal of existing temporary mooring piles.
The project has been divided into packages, and some packages have been procured already. The estimated cost for the entire project (including work already awarded) is in the order of $50,000,000.00. The estimated cost for the remaining work is in the order of $30,000,000.00. The remaining work may be procured as one or more packages. It is anticipated that the remaining work may be initiated in the summer of 2018. This is conditional on the project receiving approval to proceed by DND.
Security Requirements
Contractors and sub-contractors will be required to hold 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).
Process
Contractors/sub-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/sub-contractors are asked to submit their request quoting the following information:
- Contract number HQ00922D; and
- Level of clearance requested to be sponsored for.
Contractors and sub-contractors that have been sponsored through the ISP, that are in process of obtaining their clearance ad that are interested in submitting a bid for this procurement are to send an email to Michael Morris 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 addressed to:
Telephone Number: (613) 998-8974; or
Email address: ISP.Sponsorship@dcc-cdc.gc.ca
Any questions relating to the Project can be addressed to:
Michael Morris
Coordinator, Contract Services
Defence Construction Canada
(250) 508-4457
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
- Michael Morris
- Email
- michael.morris@dcc-cdc.gc.ca
Buying organization(s)
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada