ADVANCE PROCUREMENT NOTICE FACILITIES MAINTENANCE AND SUPPORT SERVICES FOR 3 ARMOURIES AT VARIOUS LOCATIONS IN ONTARIO

Solicitation number NWONFM19

Publication date

Closing date and time 2018/11/19 14:00 EST

Last amendment date


    Description

    Advance Procurement Notice

    Facilities Maintenance and Support Services

    For Three (3) Reserve Armouries At Various Locations in Ontario

    Two (2) are located in Thunder Bay, Ontario and one (1) in Kenora, Ontario

    (with Security Requirements)

    Purpose of this Advance Procurement Notice

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

    Description of the Project

    The Department of National Defence (DND) requires Facility Maintenance and Support Services for three Armouries at various locations in Ontario.

    Description of the Services

    The scope of this contract will encompass preventative and corrective maintenance activities spanning a suite of hard and soft services. The full inspection, testing, maintenance and repair scope of services will be applied to three armouries and their associated out-buildings. The scope also includes surrounding land area around the armouries. The gross total floor area of the infrastructure is approximately 16,729m².

    The maintenance contract may include but not necessarily limited to the following services:

    Hard Services

    • Building Envelope Maintenance
    • Door Systems Testing, Maintenance, and Repairs (ITMR)
    • Electrical Systems ITMR
    • Elevator and Lifting Systems ITMR
    • Fire Detection and Suppression Systems ITMR
    • Generator ITMR
    • Heating, Ventilation, Air Conditioning & Refrigeration Systems ITMR
    • Interior Building Maintenance
    • Life Safety Systems ITMR
    • Plumbing Systems ITMR

    Soft Services:

    • Cleaning and Janitorial Services
    • Integrated Pest Management Services
    • Landscaping and Grounds Maintenance Services
    • Range and Training Area Services
    • Snow and Ice Clearing Services
    • Solid Waste Management Services

    The Contractor will also provide the following Facilities Support Services:

    • Service Management & Coordination
    • Job Tracking & Management
    • Maintenance Program Implementation
    • Asset Investment and Operational Expenditure Planning
    • Help Desk Services

    The rough order of magnitude value of the contract is $5,800,000.00 over four years with the potential to have two three-year extensions and an increase in value of up to $8,550,000.00. The total potential opportunity is in the order of $14,350,000.00 including optional extensions.

    It is anticipated that this procurement will be initiated in November 2018. This is conditional on the project receiving approval to proceed by the DND.

    Security Requirements

    Contractors will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). Contractor personnel requiring access to sensitive areas must each hold a valid RELIABILITY STATUS, granted or approved by CISD.

    Sub-consultants/sub-contractors requiring access to sensitive areas will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). Sub-Contracted personnel requiring access to sensitive areas must each hold a valid RELIABILITY STATUS, granted or approved by CISD.

    Process

    Contractors that do not meet the stipulated security requirements and that are interested in submitting a proposal 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.

    Contractors are asked to submit their request prior to November 19, 2018 quoting the following information:

    • Contract number NWONFM19; 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 Facility Maintenance Program can be addressed to:

    Les Latinecz

    Technical Specialist, Real Property Management

    Defence Construction Canada

    780-842-1363 x 1379

    Nicole.burgess@dcc-cdc.gc.ca

    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
    Nicole Burgess
    Phone
    780-973-4011
    Email
    Nicole.Burgess@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