Advance Procurement Notice FOR THE INSPECTION, TESTING MAINTENANCE AND MINOR REPAIR (ITM) OF FIRE DETECTION AND SUPPRESSION SYSTEMS FOR THE DEPARTMENT OF NATIONAL DEFENCE, KINGSTON, ONTARIO (WITH SECURITY REQUIREMENTS)

Solicitation number APN# W6837-19-4725

Publication date

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


    Description

    Advance Procurement Notice
    For the Inspection, Testing, Maintenance and Minor Repair (ITM)
    of Fire Detection and Suppression Systems for the Department of National Defence
    KINGSTON, ONTARIO
    (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
    Services and deliverables for the inspection, testing, maintenance and minor repairs of various fire protection systems at CFB Kingston.
     
    Description of the Services
    Work associated with the Fire Safety ITM may include, but not be limited to, annual and monthly inspection, testing, maintenance and minor repair of fire detection and suppression systems (fire alarm systems, fire detection and extinguishing systems including wet chemical, fire pumps, and fire booster pumps) for the Department of National Defence (DND).
    It is anticipated that the solicitation for this requirement may be initiated in early summer 2020, with commencement of services in September 2020, conditional on the project receiving approval to procced by DND.
    The estimated cost for these services is estimated to be in the rough order of $2.4 Million over a 4-year period (approx. $600,000.00 per year).
    Security Requirements
    Consultants/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 Service 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 Service and Procurement Canada (PSPC).
     
    Contractor/Consultant personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET, or RELIABILITY STATUS, as required, granted or approved by CISD.
     
    Process
    Consultants/Contractors and Sub-consultants/Sub-Contractors that do not meet the stipulated security requirements and that are interested in submitting a proposal for 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 December 30, 2019 quoting the following information:

    •  Contract number W6837-19-4725 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:
     
    Cameron King
    Regional Service Line Leader, Contract Services
    Defence Construction Canada
    613-384-1256 ext. 225
    Cameron.King@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)

    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
    Cameron King
    Phone
    613-384-1254, Ext. 225
    Email
    Cameron.King@dcc-cdc.gc.ca
    Address
    Suite 200 - 623 Fortune Crescent
    Kingston, ON, K7P 0L5

    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
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: