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)
Contact information
Contracting organization
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
- Contracting authority
- Cameron King
- Phone
- 613-384-1254, Ext. 225
- Email
- Cameron.King@dcc-cdc.gc.ca
- Address
-
Suite 200 - 623 Fortune CrescentKingston, ON, K7P 0L5
Buying organization(s)
- Organization
-
Defence Construction Canada
- Address
-
Constitution Square, 19th Floor, 350 Albert StreetOttawa, Ontario, K1A 0K3Canada
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.