ADVANCE PROCUREMENT NOTICE, FUTURE FIGHTER CAPABILITY PROJECT (FFCP), CANADA

Solicitation number APN-DC-2527

Publication date

Closing date and time 2020/01/07 13:00 EST

Last amendment date


    Description

    Advance Procurement Notice

    Future Fighter Capability Project (FFCP)

    Various Locations in Canada

    APN-DC-2527

    (with Security Requirements)

    ***********************************************************************************************************
    If the FFCP infrastructure at the Main Operating Bases (MOBs) in Cold Lake and Bagotville receives approval to proceed, the proposed delivery method will be a phased Modified Design-Build at each site.
    All other terms of the APN remain unchanged.

    ***********************************************************************************************************

    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 and Sub-consultants/Sub-Contractors an opportunity to apply for security clearances. Note that there is no guarantee that this project will proceed.

    Description of the Project

    The Royal Canadian Air Force (RCAF) requires infrastructure that can support a Future Fighter Capability (FFC) that will maintain the Defence of Canada, fulfill the role of a strong & reliable partner in the Defence of North America, and provide Canada with an effective and modern air capability for international operations. The infrastructure must provide shelter and a working environment capable of supporting the operation and maintenance of a yet to be determined advanced fighter aircraft. The infrastructure must also be capable of supporting operations at high security classifications and utilizing advanced technologies and equipment to enable the Canadian Armed Forces (CAF) to execute control of Canadian Airspace and contribute to Alliance/Coalition operations.

    Description of the Services

    If approved, work associated with the FFCP infrastructure could include concept development, design, renovation and/or new construction of operations, storage, maintenance, training and administrative facilities at the Main Operating Bases (MOBs) in Cold Lake and Bagotville and may include similar work at numerous other locations throughout Canada including the following:

    • Deployed Operating Bases (DOBs): Comox, Winnipeg, Trenton, Greenwood, Goose Bay;
    • Forward Operating Locations (FOLs): Inuvik, Iqaluit, Yellowknife; and,
    • Combined Air Operations Centres (CAOCs): North Bay, Winnipeg.

    The FFCP infrastructure work at the above locations is projected to occur between 2020 and 2030.

    Security Requirements

    Consultants/Contractors 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 by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC).

    Sub-consultants/Sub-Contractors 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).

    The following security requirement may be required but can only be sought after contract award:

    The Consultant/Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive CLASSIFIED information until CISD/ PSPC has issued written approval. After approval has been granted, these tasks may be performed at the level of SECRET.

    Process

    Consultants/Contractors and Sub-consultants/Sub-Contractors that do not meet the stipulated security requirements and that are interested in submitting for future procurements that may fall under this project 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/Contractors and Sub-consultants/Sub-Contractors are asked to submit their request prior to January 7, 2020 quoting the following information:

    • Contract number APN-DC-2527; 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 Project can be addressed to:

    Andrew Webster, Team Leader, Contract Services | Chef d'équipe, Services des marches

    350 Albert, 19th floor |350, rue Albert, 19e étage, Ottawa, Ontario | Ottawa, Ontario

    Tel. | Tél. 613-949-7930 Cel. | Cel. 613-276-8301 Fax | Téléc. 613-998-9547

    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)
    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Andrew Webster
    Phone
    613-949-7930
    Email
    andrew.webster@dcc-cdc.gc.ca
    Fax
    613-998-9547
    Address
    350 Albert St
    Ottawa, ON, K1A 0K3
    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.