Environmental Program FY 2018-2020 with Security Requirements

Solicitation number APN #2017-20

Publication date

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

Last amendment date


    Description

    Advance Procurement Notice

    Environmental Program FY 2018-2020

    CFS Alert & Eureka, Nunavut

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

    Description of the Project and Services

    The purpose of the work is to identify historical and/or current areas of potential environmental concern (APECs), Areas of Concerns (AECs) and potential contaminants of concerns (COCs) based on a review of available historical information, data gap analysis, site visits and interviews, and develop a conceptual site model (CSM) that depicts site conditions both present and past, potential sources of contamination, migration pathways and potential receptors.

    The Consultant Program will consist of desktop studies, site reconnaissance and environmental field programs. The program may include, but is not limited to environmental assessment, risk assessment and environmental remediation. Additional technical services supporting the program may also include, but not be limited to, land surveying, materials testing, geotechnical and environmental studies. 

    Overall program value is estimated at $5,000,000.00, with the maximum value of any individual project estimated at $2,000,000.00.

    Description of the Services

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

    • Phase I Environmental Site Assessment (ESA)

    • Investigative Work Plan (IWP)

    • Phase II ESA and Delineation

    • Human Health and Ecological Risk Assessment

    • Soil Sampling

    • Water Sampling

    • Biopile Management

    • Conceptual Site Model (CSM)

    The primary site is located at Canadian Forces Station (CFS) in Alert, Nunavut. Canadian Forces Station (CFS) Alert is a Royal Canadian Air Force (RCAF) station located on the North-Eastern tip of Ellesmere Island, Nunavut; that is supported by 8 Wing Trenton. Due to the remote nature of CFS Alert, DND provides air travel departing from and returning to 8 Wing Trenton. The alternate site that may be included in this project is Eureka, Nunavut; travel to Eureka is also coordinated through 8 Wing Trenton.

    It is anticipated that the procurement for these projects will be initiated in the period of December, 2018 through March 31, 2020. This is conditional on the project receiving approval to proceed by DND.

    Security Requirements

    For this contract, Contractors 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)

    Sub-contractors 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)

    Personnel required for on-site activities will be required to hold a valid Reliability Security Clearance issued by Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).

    Process

    Contractors and Consultants that do not meet the stipulated security requirements and that are interested in submitting proposals/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 APN 2017-20; and
    • Level of clearance requested to be sponsored for.

      Questions

      Any questions pertaining to Security or the sponsorship process through the ISP can be sent to the following email address:

      ISP.Sponsorship@dcc-cdc.gc.ca

      Phone #: (613) 998-8974

    Additional information on the Industrial Security Program at PSPC can be found at http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html.

    Any technical questions relating to the Alert Program can be addressed to:

    Steven Foster

    Contract Services Team Leader

    Defence Construction Canada

    Steven.Foster@dcc-cdc.gc.ca

    613-392-2811, ext 4161

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Foster, Steven
    Phone
    613-392-2811 ext 4161
    Email
    Steven.Foster@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
    Nunavut Territory
    ,
    Aboriginal Lands
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    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: