ADVANCE PROCUREMENT NOTICE BASE PROGRAM FOR FISCAL YEAR 2021-2022 CFB BAGOTVILLE AND RELATED SATELLITE SITES (QC) (WITH SECURITY REQUIREMENTS)

Solicitation number PROG2021BA

Publication date

Closing date and time 2021/07/13 15:00 EDT

Last amendment date


    Description

    Advance Procurement Notice base program for fiscal year 2021-2022 - CFB Bagotville and related satellite sites (QC) (with Security Requirements)

    Purpose of this Advance Procurement Notice

    This is not a bid solicitation. This is an advance notice for a base program with anticipated security requirements to provide interested consultants and contractors an opportunity to apply for security clearances. Note that there is no guarantee that the program will proceed.

    Description of the Program

    The program may include, but is not limited to, any new construction of the Department of National Defence (DND) infrastructure, demolition and removal of DND infrastructure, maintenance of DND infrastructure, in support of Canadian Forces operations.

    It is anticipated that the procurements will be put in place during the period between January 1st, 2021 and December 31st, 2021. This is conditional on the project receiving approval to proceed from DND.

    The total value of the program is estimated at $8,500,000, with contracts generally valued between $20,000 and $2,500,000.

    Description of the Services

    The program will consist of construction, consulting and service projects that may include, but are not limited to:

    General work

    • Work to bring various buildings up to standards (Electrical, mechanical, architectural and structural);

      Electrical work

    • Replacement of electrical distribution system, generators, lighting, grounding and lightning protection systems;
    • Replacement of uninterrupted power supply systems;
    • Low, medium and high voltage circuit breaker replacement;
    • Repair of telecommunications;
    • Installation and compliance of fire alarm and control systems;
    • Replacement of generators;
    • Installation of safety equipment;

    Architectural work

    • Extension of existing buildings and construction of a new warehouse;
    • Major repair of building envelope;
    • Roof repair work, of indoor/outdoor insulation, windows and various building envelopes;
    • Reinforcement of various building structure;
    • Demolition and construction of premises and new buildings;
    • Asbestos removal and encapsulation of various buildings;
    • Fall arrest system installation;

      Civil work

    • Rehabilitation and upgrading of fences and barriers;
    • Construction, rehabilitation and repair of paving, roads and roadways;
    • Airfield drainage repair and surface repair;
    • Environmental rehabilitation by excavation;
    • Concrete repair and underground tank installation;
    • Industrial painting on structures such as hangar doors and walkways;

      Mechanical work

    • Installation and compliance of ventilation, air conditioning and eyewash systems;
    • Compliance of water inlets
    • Digital control upgrade;

      Additional technical services in support of the core program may also include, but are not limited to:

      • Conceptual studies;

      • Design of plans and specifications;

      • Land surveying and surveyor;

      • Qualitative tests (soils and materials, roofing and geoenvironment);

      • Snow removal (land, roofs) and land maintenance (grass cutting and haying, pruning, felling);

      • Drilling services and geotechnical studies;

      • Aerial Imaging Services;

      • Environmental Projects;

      • Various housekeeping services;

      • Characterization of hazardous materials, asbestos removal and demolition;

      • Miscellaneous infrastructure, petroleum equipment and electro-mechanical equipment inspection and maintenance services.

      Security Requirements

      For this program, Contractors and consultants will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) at the level of RELIABILITY, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

      Sub-contractors and sub-consultants will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) at the level of RELIABILITY, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    Process

    Consultants, contractors sub-consultants and sub-contractors that do not meet the stipulated security requirements and that are interested in submitting a bid 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, contractors sub-consultants and sub-contractors are asked to submit their request prior to December 25th, 2021 quoting the following information:

    • Contract number VRPROG2018; 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 Base Program can be addressed to:

    Jean Bergeron

    Program leader

    Defence Construction Canada

    Jean.bergeron@dcc-cdc.gc.ca

    (418)844-4000 ext. 4410

    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)

    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
    Bergeron, Jean
    Phone
    (418)844-4000 ext. 4410
    Email
    jean.bergeron@dcc-cdc.gc.ca

    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
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: