ADVANCE PROCUREMENT NOTICE SMART BUILDINGS PROGRAM - NATIONAL PROGRAM ACROSS ALL BASES AND WINGS (INCLUDES THE NORTH/NUNAVUT) (WITH SECURITY REQUIREMENTS)

Solicitation number APN - NPR2104

Publication date

Closing date and time 2022/07/04 14:00 EDT


    Description

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

    Description of the Program

    The Smart Building Program is an element of the Department of National Defence’s larger strategy to reduce Green House Gas emissions to achieve net-zero goals by 2050. The aim of the Smart Building Program is to implement Smart Building technologies for all buildings that consume large amounts of energy annually within the DND’s real property portfolio to reduce energy consumption and related GHG emissions while and enhancing building performance.

    Description of the Services

    DND requires the supply and installation of smart building systems in approximately 300 buildings across the DND portfolio. Once installed, the service provider will on a regular basis provide a report on building consumption and analysis on measures to improve performance. Once installed the supplier will be responsible for the management and maintenance of the Smart Building System.

    This requirement will also include for a technical resource(s) from the supplier to support the installations across the life cycle of the program (inventory analysis, technical support to design and construction by others, commissioning and operation and maintenance).

    The service provider will also be required to provide advice and support for the future planning and installation of Smart Building Systems to aid in the identification and planning of future programs.

    Overall program value is estimated to be in the order of $3,000,000.00 over the next three (3) years.

    It is anticipated that these procurements, associated with this program, will be initiated in the Winter/Spring 2021/2022. This is conditional on the program receiving approval to proceed by the 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 these 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: https://www.dcc-cdc.gc.ca/industry/security-requirements. Consultants are asked to submit their request prior to November 30, 2021 quoting the following information:

    • Contract number NPR2104; 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 Program can be addressed to:

    Fortuna Sophia Dorgbetor

     Coordinator, Contract Services

    Defence Construction Canada

    Sophia.Dorgbetor@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
    Fortuna Sophia Dorgbetor
    Phone
    613-991-9356
    Email
    Sophia.Dorgbetor@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: