ADVANCE PROCUREMENT NOTICE - CONSTRUCTION PROGRAM FOR FISCAL YEAR 20/21 TO 24/25 (SECRET)

Solicitation number WA-NCR-2020-25_SEC

Publication date

Closing date and time 2022/12/22 23:00 EST

Last amendment date


    Description

    Advance Procurement Notice - Construction program for Fiscal year 20/21 to 24/25 (Secret) Canada, Ontario, national capital region (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 and Contractors an opportunity to apply for security clearances. Note that there is no guarantee that these projects will proceed.

    Description of the Program

    The Construction Program will consist of multi-trade and single trade construction projects of varying sizes and complexity. The program may include, but is not limited to, new construction, recapitalizations, renovations, repairs, maintenance, and demolitions. Technical services supporting the program may include, but is not limited to, architectural and engineering services, land surveying, materials testing, equipment and structure inspections, as well as archeological, geological and environmental studies.

    Description of the Services

    The program will consist of projects that may include, but are not necessarily limited to, the following:

    • Repairs, maintenance, renovations, recapitalizations, expansions and/or replacements of partial and complete facilities;
    • New construction of various buildings and structures;
    • Demolition of various buildings and structures;
    • Building Automation System (BAS) and Heating, Ventilation, Air Conditioning and Refrigeration (HVACR) systems installation, repairs, upgrades, and/or replacements;
    • Civil works, including: roads, parking lots, and site services;
    • Excavating, earthmoving, and tree removal;
    • Building envelope works, including: the replacement and/or repair of roofs, windows, doors and cladding (brick and siding);
    • Foundation repairs, waterproofing, and drainage;
    • Works to buildings and structures to comply with applicable codes, standards, specifications, and guidelines from national, provincial and local authorities having jurisdiction;
    • Communications work including network infrastructure and cabling;
    • Installation, repair, maintenance, upgrade and inspection of high and low voltage electrical distribution systems, lighting systems, fire alarm and security systems;
    • Electrical repair and/or replacements;
    • Mechanical repair and/or replacements;
    • Site Surveying;
    • Geotechnical Services;
    • Interior Finishes, including: partitions, doors, floors and ceilings for offices, conference rooms laboratories, washrooms, kitchenettes and other spaces.
    • Specialized building systems and components, such as fume hoods, shielded enclosures, satellite dishes, telecommunication and laboratory HVAC.
    • Establish or modify facility security zones;
    • Establish or modify special rooms, such as Sensitive Compartmented Information Facilities (SCIF) and Secure Discussion Areas (SDA);
    • Inspections of several structures, including roofs, boilers, tanks, and mechanical and electrical systems;
    • Design studies;
    • Creation of digital models of existing and future site infrastructure (including site, utilities and buildings) using Computer-Aided Design (CAD), Building Information Modelling (BIM), Geographic Information Systems (GIS), Remote Sensing (ground/aerial imagery, LIDAR) and other industry standard technologies and processes to support DND's asset management requirements;
    • Drawings and specifications;
    • Construction cost estimates; and
    • Environmental projects and services including assessment and remediation of contaminated sites, environmental impact assessments, natural resource, species at risk and biological services, sustainability and greening, hazardous material assessments, monitoring and abatement, and archaeological services.

    It is anticipated that this/these procurements will be initiated in October 2020 to March 31, 2025. This is conditional on the project receiving approval to proceed by the DND.

    Overall the program value is estimated at $25,000,000.00, with the maximum value of any individual project at $10,000,000.00.

    Security Requirements

    Consultants and 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 or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    Sub-consultants and 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 Works and Government Services Canada (PWGSC).

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

    The Consultant 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 and Contractors that do not meet the stipulated security requirements and that are interested in submitting proposal(s) or bid(s) for procurement(s) 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 and Contractors are asked to submit their request prior to October 30, 2020 quoting the following information:

    • Contract number WA-NCR-2020-25_SEC; 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 Construction Program 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)
    • 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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    am Rhyn, Antoine
    Phone
    613-991-9303
    Email
    Antoine.AmRhyn@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)
    French, English
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (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: