SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

ADVANCE PROCUREMENT NOTICE FACILITY CONDITION ASSESSMENTS VARIOUS LOCATIONS ACROSS CANADA (WITH SECURITY REQUIREMENTS)

Solicitation number APN - NAT21FCA

Publication date

Closing date and time 2021/11/16 13:00 EST

Last amendment date


    Description

    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 an opportunity to apply for security clearances. Note that there is no guarantee that this project will proceed.

    Description of the Project

    The Canadian Forces have Bases, Wings and facilities in all Provinces and Territories across Canada.

    The Department of National Defence (DND) is undertaking a condition assessment of buildings and other Real Property Assets to better inform Real Property investment strategies. The current real property portfolio consists of 8 million square meters of facilities that are varied in form and function and constructed from the mid 1800’s to the present.

    Description of the Services

    The Consultant shall conduct Facility Condition Assessments (FCA) on selected DND facilities across Canada and upload findings into the Capital Planning Management software currently in use by DND. In addition, the Consultant may be required to conduct Non-structural Seismic Assessments to CSA S832-14, Seismic Structural Screening using the NRC Screening tool edition 2020, Green Building Assessments to LEED Existing Building Operations and Maintenance (EBOM) on selected DND facilities across Canada.

    The services will include, but not necessarily limited to, the condition inspections on the following typical facility elements:

    • Building envelope including roof coverings, roof openings, facia, soffit, gutters, downspouts, windows, exterior doors, walls, siding;

    • Structural elements including foundation, frame, floors, walls, other load bearing elements, anchor points, fall prevention/arrest systems and roof structure;

    • Interior elements and finishes including walls, partitions, doors, windows, screens, ceilings, floors and all associated finishes;

    • Mechanical systems including heat generating, cooling, distribution, terminal and package units, controls and instrumentation, and other HVAC systems (including central plant and equipment);

    • Electrical systems and controls, including service and distribution, branch wiring, lighting, and lighting controls; 

    • Plumbing systems including water treatment/supply, water distribution, sanitary waste, rainwater drainage, fixtures and wastewater disposal systems;

    • Elevators and Lifting systems including wheelchair lifts, dock levellers, vehicle hoists, cranes and miscellaneous powered lifting equipment;

    • Fire detection and suppression systems of all types;

    • Generators/APUs;

    • Fuel tanks (Above and Below Ground)

    • Intrusion alarms

    • Public Announcement (excluding terminal equipment);

    • Built in equipment responsibility of RP Ops (e.g., overhead doors, overhead crane, fuel dispenser, etc.)

    • Special military infrastructure:

    o Jetties, wharves

    o Airfield control towers

    o Wash racks

    o Hangars

    These services are estimated to be in the order of $30,000,000.00. The procurement will be initiated in the fall of 2021; this is conditional on the project receiving approval to proceed by DND. 

    Security Requirements

    This project has industrial security clearance requirements that will be phased over the delivery of the services as follows:

    (Phase 1 - Reliability) - At the close of the procurement, Consultants will be required to hold a valid DESIGNATED ORGANIZATION SCREENING (DOS) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC). The consultant will undertake PHASE 1 work using staff and sub-consultant that are cleared to Reliability Status. Access for Reliability cleared staff will be limited to Public, Reception or Operations Zones as designated by individual sites. Local sites may wish to escort Reliability cleared staff in some of the zones identified. At no time during Phase 1 will any of the consultant’s Reliability cleared staff be permitted access to Security or High Security Zones.

    (Phase 2 – Secret ) - Within approximately 12-18 months of the award of the contract, the Consultant and any specialty Sub-consultants 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 Services and Procurement Canada (PSPC). Phase 2 work will not be awarded if the consultants do not meet the security clearance requirements to enable the work to be compliance with the SRCL.

    Process

    Consultants that do not meet the stipulated security requirements and that are interested in submitting a proposal for this procurement that 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: https://www.dcc-cdc.gc.ca/industry/security-requirements. Consultants are asked to submit their request prior to August 16, 2021, quoting the following information:

    • Contract number 75986; 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:

    Antoine am Rhyn

    Coordinator, Contract Services

    Defence Construction Canada

    Antoine.amRhyn@dcc-cdc.gc.ca

    (613) 991-9303

    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
    Antoine am Rhyn
    Phone
    613-991-9303
    Email
    Antoine.amRhyn@dcc-cdc.gc.ca
    Address
    180 Kent Street
    Ottawa, ON, K1P 0B6
    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: