Advance Procurement Notice, CJIRU Facility, 8 Wing Trenton, Ontario

Solicitation number APN# HQ3005DE

Publication date

Closing date and time 2018/10/29 14:00 EDT


    Description

    Advance Procurement Notice

    CJIRU Facility

    8 Wing Trenton, Ontario (with Security Requirements)

    APN# HQ3005DE

    Purpose of this Advance Procurement Notice

    This is not a bid solicitation. This is an advance notice of a potential project with anticipated security requirements to provide interested contractors an opportunity to apply for security clearances. Note that there is no guarantee that this project will proceed.

    Description of the Project

    This project is for the design and construction of the CJIRU Facility which will consist of one or two building(s) in a secure area on a green-field site. Included in the construction of the facility could be roads, fences, utilities, storm and sewer lines, and communications.

    Description of the Services

    The delivery model of the project is in development, however, the services to be procured may include: Design of the facility and supporting infrastructure and Construction of the facility and supporting infrastructure.

    Overall project value is estimated at $100,000,000.00. The tender is expected to be advertised in the Spring of 2019, using a using a pre- qualification process. This is conditional on the project receiving approval to proceed by the Department of National Defence (DND).

    Security Requirements

    The primary design and construction firm(s) will be required to hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET with approved DOCUMENT SAFEGUARDING at the level of SECRET, issued or approved by the Canadian Industrial Security Directorate (CISD). The primary design and construction firm(s) will be required to store all classified project documents on-site and will also be required to electronically process and/or store classified information using their own Information Technology (IT) equipment.

    Portions of the enclosed building are considered sensitive work sites. Firms requiring access to sensitive work site(s) EACH 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).

    All other sub-contractors working outside the building and/or not requiring access to sensitive work site(s) must EACH hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD).

    Personnel will be required to hold security clearances based on the classification of information or sensitivity of the work-site. In general:

    1. Personnel performing the following work will be required to hold a valid SECRET clearance issued by CISD:
      1. Construction and Interior fit-up of Special Rooms (approximately 5% of gross area)
      2. Design and Installation of telecommunications distribution systems, security hardware or electronic security systems including intrusion alarms, access controls and surveillance systems.
      3. Security management.
    2. Personnel performing the following work will be required to hold a valid RELIABILITY clearance issued by CISD:
      1. Construction of structure, building envelope and interior fit-up
      2. Utilities
      3. Landscaping
    3. Personnel that are unscreened may perform the following work:
      1. Initial clearing, grubbing, and grading of site.

    Process

    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 are asked to submit their request prior to October 29, 2018 quoting the following information:

    • Contract number HQ3005DE; and
    • Level of clearance requested to be sponsored for.

    Questions

    Any questions pertaining to the sponsoring process through the ISP can be addressed to:

    Telephone Number: (902) 426-3970; or

    Email address: ISP.Sponsorship@dcc-cdc.gc.ca

    Any technical questions relating to the Project can be addressed to:

    Joel Fisher

    Regional Service Line Leader, Contract Services

    Defence Construction Canada

    Joel.Fisher@dcc-cdc.gc.ca 613-384-1256 x237

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • 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
    Fisher, Joel
    Phone
    613-384-1256 ext 237
    Email
    Joel.Fisher@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
    Ontario (except 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: