Remotely Piloted Aircraft System (RPAS) – Infrastructure

Solicitation number APN-DC-1035

Publication date

Closing date and time 2019/12/30 13:00 EST

Last amendment date


    Description

     ADVANCE PROCUREMENT NOTICE

    FOR INFRASTRUCTURE RELATED WORK

    FOR THE RCAF PROJECT FOR REMOTELYE PILOTED AIRCRAFT SYSTEM (RPAS),

    VARIOUS LOCATIONS IN CANADA

    (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/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 for an integrated persistent long-range, long-endurance, Intelligence, Surveillance, Reconnaissance (ISR) capability within the Canadian Armed Forces (CAF) to provide near-real time information to tactical, operational and strategic commanders to support both domestic and deployed operations and, when required, provide a precision strike capability. The aim of RPAS project is to employ a Class III Medium Altitude Long Endurance (MALE) RPAS capability to enhance CAF domestic and expeditionary capabilities.

    The infrastructure requirement is to support the acquisition of a RPAS capable of providing three concurrent Lines of Operation (LoO) for all-weather, persistent, multi-spectral operational-level Intelligence, Surveillance, Target Acquisition, Reconnaissance (ISTAR), and precision strike.

    DESCRIPTION OF THE SERVICES

    Work associated with the RPAS infrastructure could include, but not limited to, concept development, design, demolition, renovation and/or new construction of operations, storage, maintenance, training and administrative facilities for Ground Control Centre (GCC) in National Capital Region, Air Maintenance Detachment (East) (AMDet(E), Air Maintenance Detachment (West) (AMDet(W) and Forward Operating Location (FOL).

    The RPAS infrastructure work at the above locations is projected to occur between 2020 and 2027.

    The work listed above may be procured as one or more contracts. The estimated cost for this project is in the order of $170M. It is anticipated that this procurement will be initiated in Fall 2020 however the delivery method has not yet been determined. This is conditional on the project receiving approval to proceed by the DND.

    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).

    The Contractor/Offeror personnel requiring access to sensitive work site(s) will be required to hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/PWGSC. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CSP/ISS/PWGSC, the Contractor personnel MAY NOT ENTER sites without an escort

    The Contractor/Offeror personnel requiring access to CLASSIFIED information, assets or sensitive work site(s) will be required to hold a valid personnel security screening at the level of SECRET, granted or approved by the CSP/ISS/PWGSC. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CSP/ISS/PWGSC, the Contractor/ personnel MAY NOT HAVE ACCESS to (CLASSIFIED/PROTECTED) information or assets, and MAY NOT ENTER sites where such information or assets are kept, without an escort.

    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: https://www.dcc-cdc.gc.ca/english/contractors_consultants/The following information is to be provided with the request prior to December 20, 2019:

    - Contract number APN-DC-1035; 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:

    Antoine am Rhyn

    Team Leader, Contract Services

    Defence Construction Canada

    613-991-9303

    Antoine.amRhyn@dcc-cdc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • 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
    Antoine am Rhyn
    Phone
    613-991-9303
    Email
    Antoine.amRhyn@dcc-cdc.gc.ca
    Address
    180 Kent St. 14th Floor | 180 rue Kent 14e étage
    Ottawa, ON, K1P 0B6

    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.