Strategic Tanker Transport Capability Project with Security Requirements

Solicitation number APN_DC-100107

Publication date

Closing date and time 2021/03/02 14:00 EST

Last amendment date


    Description

    ADVANCE PROCUREMENT NOTICE (APN)
    STRATEGIC TANKER TRANSPORT CAPABILITY PROJECT, TRENTON ON
    (WITH SECURITY REQUIREMENTS)

    PURPOSE OF THIS ADVANCE PROCUREMENT NOTICE
    This is not a bid solicitation. This is an advance notice of a potential project with anticipated security requirements to provide interested consultants and 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 sufficient strategic Air Mobility assets with the capability to effectively support its core missions as outlined in Strong, Secure, Engaged: Canada’s Defence Policy. The Strategic Tanker Transport Capability (STTC) project is anticipated to require new infrastructure for the Main Operating Base in Trenton, specifically: a new hangar or renovation to an existing hangar and potential upgrades of apron and taxiways. Included in the scope is the potential refurbishment of the underground refueling system.

    This APN is for the potential construction or renovation of a one bay hangar that would be used for day to day operations, to house and to maintain aircraft. The estimated size of the hangar is approximately 26,000 square meters.

    DESCRIPTION OF THE SERVICES
    The services to be procured may include: Design and Construction of a one bay hangar or expansion of an existing hangar and potential upgrades to supporting infrastructure. The final delivery model of the project will be determined at a later date.

    Overall project value is estimated to be in the approximate range of $85,000,000.00 to $100,000,000.00. The tender is expected to be advertised in the Summer of 2021 and may use a pre-qualification process. This is conditional on the project receiving approval to proceed by the Department of National Defence (DND).

    SECURITY REQUIREMENTS
    The primary design and construction firm(s) 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). The primary design and construction firm(s) will be required to store all classified project documents on-site and will also be required to electronically process and/or store classified information using their own Information Technology (IT) equipment.

    Portions of the enclosed building are considered Security Zones. Firms requiring access to Security Zone(s) will EACH 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).

    All other sub-contractors working outside the building and/or not requiring access to Security Zones must EACH hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD).

    Personnel will be required to hold security clearances based on the classification of information or sensitivity of the work-site. In general:

    1. Personnel performing the following work will be required to hold a valid SECRET clearance issued by CISD:
    a. Access to classified information.
    b. Construction and Interior fit-up in Security Zones (accounting for ~5-10% of the building area)
    c. Installation of telecommunications distribution systems, security hardware or electronic security systems including intrusion alarms, access controls, and surveillance systems.
    d. Security management.

    2. Personnel performing the following work will be required to hold a valid RELIABILITY clearance issued by CISD:
    a. Access to information not including Security Zones
    b. Construction of structure and building envelope
    c. Interior fit-up that does not provide access to classified information (majority of the floor area).
    d. Utilities/Site Services
    e. Site Prep/Landscaping

    PROCESS
    Consultants and Contractors that do not meet the stipulated security requirements and that are interested in submitting a proposal/bid for this procurement 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/. Consultants and Contractors are asked to submit their request prior to March 2, 2021 quoting the following information:
    - Contract number APN-DC-100107; and
    - Level of clearance requested to be sponsored for.

    QUESTIONS
    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:
    Joel Fisher
    Regional Service Line Leader, Contract Services
    Defence Construction Canada
    613-847-0572
    Joel.Fisher@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.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Joel Fisher
    Phone
    613-847-0572
    Email
    joel.fisher@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

    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: