ADVANCE PROCUREMENT NOTICE MINOR CONSTRUCTION AND MAINTENANCE PROGRAM FOR REAL PROPERTY ASSETS, ACROSS NORTHERN CANADA

Solicitation number RPNHQ001_FY 2018/2019

Publication date

Closing date and time 2019/04/18 14:00 EDT


    Description

    Advance Procurement Notice

    Minor Construction and Maintenance Program for Real property assets

    Across Northern Canada

    (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/contractors an opportunity to apply for security clearances. Note that there is no guarantee that these projects will proceed.

    Description of the program

    Real Property Operations (RP Ops) North is responsible for operation and maintenance of approximately 680 buildings and structures accommodating Northern Operations. These buildings are located throughout the Canadian North. The services to be provided under this program may include, but are not limited to, single trade and multi-trade services, new constructions, upgrades, facility inspection, testing, maintenance and repair, architectural and engineering services, environmental services and soft services (e.g. snow removal and cleaning services).

    The northern locations where most of the work will be located are as follows:

    • Manitoba: Churchill
    • Nunavut: mainly Rankin Inlet, Iqaluit and Nanisivik
    • Northwest Territories: mainly Inuvik and Yellowknife
    • Yukon: mainly Whitehorse

    Description of the Services

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

    • Building Envelop Maintenance
    • Carpentry
    • Cleaning and Janitorial Services
    • Door Systems: Inspection, testing, maintenance and repair
    • Dredging Boat Launch
    • Electrical Systems: Inspection, testing, maintenance and repair
    • Elevator and Lifting Systems
    • Environmental Services
    • Fire Detection and Suppression Systems: Inspection, testing, maintenance and repair
    • Generators: Inspection, testing, maintenance and repair
    • Hazardous Waste Management
    • Heavy Civil Work
    • HVACR Systems: Inspection, testing, maintenance and repair
    • Integrated Pest Management
    • Kitchen Systems: Inspection, testing, maintenance and repair
    • Landscaping Services
    • Life Safety Systems
    • Plumbing Systems: Inspection, testing, maintenance and repair
    • Security and Access Control Systems: Inspection, testing, maintenance and repair
    • Snow and Ice Clearing Services
    • Solid Waste Management Services
    • Utilities Management Services

    Security Requirements

    This program may have industrial security clearance requirements starting from no security requirements up to SECRET level. However, most of the projects will have DOS requirements.

    1. Contractors, Consultants, Sub-contractors and Sub-consultants firms will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC); or
    2. Contractors, Consultants, Sub-contractors and Sub-consultants firms 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 Services and Procurement Canada (PSPC).

    Process

    Consultants/Contractors that do not meet the stipulated security requirements and that are interested in submitting to future 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 RPNHQ001; and
    • Level of clearance requested to be sponsored for.

    Questions

    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 Real Property (RP) Northern Program can be addressed to:

    Julie Demers

    Team Leader, 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

    • 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
    Email
    Julie.Demers@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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Manitoba
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Yukon
    Region of opportunity
    Canada, Mexico, United States of America
    Procurement method
    Competitive – Open Bidding