ADVANCE PROCUREMENT NOTICE NEW CHEM/BIO LAB, CFB SUFFIELD, ALBERTA (WITH SECURITY REQUIREMENTS)

Solicitation number SD1830-12

Publication date

Closing date and time 2019/07/22 16:00 EDT


    Description

    ADVANCE PROCUREMENT NOTICE

    NEW CHEM/BIO LAB,

     CFB SUFFIELD, ALBERTA

    (WITH SECURITY REQUIREMENTS)

    PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE

    This is not a bid solicitation. This is an advance notice of potential project with anticipated security requirements to provide interested Consultants an opportunity to apply for security clearances. This document is intended to identify the project requirements and provide project information for the consultant to understand the scope of work, services and deliverables required. Note that there is no guarantee that this project will proceed.

    DESCRIPTION OF THE PROJECT

    The main objective of this project is to identify and develop requirements, assist the Department of National Defence (DND) during design, construction and post construction of new facilities to house the Chemical and Biological Laboratories and its supporting infrastructure at Canadian Forces Base (CFB) Suffield, Alberta. The new facility is to be safe, designed and built to be certified LEED Silver, and allow Defence Research and Development Canada (DRDC) to continue the high risk research necessary to support the Canadian Forces into the 21st century. DRDC Suffield is the only authorized Canadian facility to manufacture and use biological agents and chemical warfare agents for the defensive purposes under international agreements.

    DESCRIPTION OF THE SERVICES

    Specialized Technical Support Consulting work necessary during option analysis, development, design and construction of a building that will house the Chemical and Biological Laboratories and its supporting infrastructure for DRDC at CFB Suffield, Alberta.

    The Specialized technical Support Consultant services required but not necessarily limited to the following:

    • visit the existing facilities and meet with the project team and users to understand and develop an objective deficiencies list
    • develop and validate project assumptions/details for each scientific section
    • complete a site analysis and an option analysis
    • recommend the most appropriate site for the new facility
    • prepare project technical requirements that will form part of the SOR prepared by DND
    • assist in preparing the project approval supporting documents (functional study, cost estimates, budget, risk assessment and risk mitigation).

    Additional specialized expertise that may be required:

    • providing technical assistance during the design and construction of the new facilities (design development, construction documents, implementation including commissioning of the labs and certifications of facility and it supporting systems and infrastructures)
      • Traditional Multidisciplinary Engineering Services,
      • Industrial Biotechnology,
      • Hazardous Waste Management,
      • Biosafety and Biosecurity,
      • Chemical or Biochemical Manufacturing facilities and systems,
      • Pharmaceutical Research Facilities,
      • Industrial Clean Rooms, and its HVAC,
      • Research Labs for Industrial, Medical, or Academic Facilities and Systems,
      • Secure Science Research Facilities,
      • Pollution and Containment Prevention Systems,
      • Commissioning of High Risk Large Scale Lab Facilities, with expertise in MEP, HVAC and system balancing, containment, security, safety, and its operation and maintenance, and
      • Design and Commissioning of High Security Zones and Facilities,

    The rough order of magnitude value of this work is $2,000,000.00

    It is anticipated that this procurement will be initiated in the spring of 2020. This is conditional on the project receiving approval to proceed by DND.

    SECURITY REQUIREMENTS

    Consultants 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 Works and Government Services Canada (PWGSC).

    Sub-consultants 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 Works and Government Services Canada (PWGSC) should they be used for portions of the work within or for a high security area.

    The Consultants and Sub-Consultants personnel requiring access to sensitive work much EACH hold a valid PERSONNEL SECURITY CLEARANCE (PSC), at the level of SECRET granted or approved by CISD/PWGSC.

    PROCESS

    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:

    PROCESS

    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. Consultants are asked to submit their request prior to July 22, 2019 quoting the following information:

    • Contract number (sponsorship number) SD1830-12; 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: (613) 998-8974; or

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

    Any questions relating to the project can be addressed to:

    Ryan Pfeifer

    Coordinator, Contract Services Defence Construction Canada Ryan.Pfeifer@dcc-cdc.gc.ca

    (403) 544-4901

    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)
    • 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
    Pfeifer, Ryan
    Phone
    (403) 544-4901
    Email
    Ryan.Pfeifer@dcc-cdc.gc.ca
    Address
    210, 13220 St. Albert Trail
    Edmonton, AB, T5L 4W1
    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
    Alberta
    Region of opportunity
    Canada, Mexico, United States of America
    Procurement method
    Competitive – Open Bidding