ADVANCE PROCUREMENT NOTICE CULTURAL AND ARCHAEOLOGICAL ASSESSMENT AND MONITORING SERVICES BRITISH COLUMBIA (WITH SECURITY REQUIREMENTS)

Solicitation number PAC22SL1

Publication date

Closing date and time 2022/06/01 17:00 EDT

Last amendment date


    Description

    Advance Procurement Notice
    Cultural and Archaeological Assessment and Monitoring Services
    British Columbia
    (with Security Requirements)

    Purpose of this Advance Procurement Notice
    This is not a bid solicitation. This is an advance notice of a potential Standing Offer with anticipated security requirements to provide interested consultants an opportunity to begin the sponsorship request process for potentially obtaining the required security clearance(s) that are anticipated. Note that there is no guarantee that this procurement will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.

    Description of the Standing Offer and Services
    A Standing Offer to aid the Department of National Defence (DND) in acquiring consultant expertise in the area of Cultural and Archaeological Assessment and Monitoring services on an “as and when required basis” to support various projects for any location within British Columbia (BC). It is expected that the majority of the work will occur at CFB Esquimalt, BC (including the satellite sites of CFMETR/Nanoose, Masset, Rocky Point, Aldergrove and Work Point), CFB Comox (including CFS Holberg, HMCS Quadra and Seal Bay) and to a lesser degree at ASU Chilliwack, BC (including Vancouver and BC interior sites).
    The services may include, but are not limited to, the following:

        • Professional Archaeological services, reports, and recommendations, which comply with all applicable municipal, provincial and federal laws, regulations, best management practices (BMPs), and guidelines;
        • Comprehensive determination of what archaeological and cultural resources are present at the site of interest;
        • Professional advice and recommendations on how to handle identified or suspected archaeological and cultural resources;
        • Provide project-specific comprehensive reports for use as a tool to manage the resource and may be provided to second or third parties as supporting documentation; and
        • Construction phase services support including pre-construction archaeological briefings, delineation of archaeological resources in the field prior to construction, and archaeological monitoring during construction.

    The estimated cost for these services is approximately $1,500,000.00 over three (3) years with the potential of two (2) additional one (1) year options for extension and an increase in value of up to $1,000,000.00. The estimated total potential opportunity is approximately $2,500,000.00 over the 5 years.

    It is anticipated that this solicitation will be initiated in the Spring or Summer of 2022. This is conditional on the contract receiving approval to proceed by the Department of National Defence (DND).

    Contract Award and Anticipated Security Requirements
    In order to be eligible for a standing offer award, a consultant will be required to, among other things, actively hold all required security clearance(s) at the time of closing, as further detailed in the solicitation/tender documents.

    As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:

    • for consultants: a valid and active DESIGNATED ORGANIZATION SCREENING (DOS) granted or approved by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
       

    Industrial Security Program (ISP) Sponsorship
    Defence Construction Canada (DCC) is providing consultants early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants that are interested in submitting or participating in a proposal for this procurement and that do not actively hold the above identified security clearance(s) should begin the security clearance application process by applying through DCC’s ISP.

    Under this program, DCC may provide preliminary assistance with the security clearance sponsorship process.

    To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements.

    In their sponsorship request application to DCC, consultants are asked to quote the following information, among other things:

    • Contract number PAC22SL1; and
    • Level of clearance requested to be sponsored for.

    Sponsorship Process
    Upon receipt, DCC will review the sponsorship request application and will communicate directly with the consultant to complete a sponsorship request package. Once DCC has determined that the consultant has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant based on the following timelines:

    • 30 calendar days prior to planned solicitation closing, for DESIGNATED ORGANIZATION SCREENING (DOS)

    Following receipt of the sponsorship request package, the CSP, PWGSC will communicate directly with the consultant regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant will need to cooperate with the CSP, PWGSC in a timely fashion to further the process.

    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 this Advance Procurement Notice can be addressed to:
    Sumbul Siddiqui
    Coordinator, Contract Services
    Defence Construction Canada
    587-635-1796
    Sumbul.Siddiqui@dcc-cdc.gc.ca

    Disclaimer
    DCC does not provide any assurances or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP, PWGSC on behalf of a consultant will be successful or result in the granting of the requested security clearance(s) by the CSP, PWGSC, in a timely fashion. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP, PWGSC’s security clearance granting process. By applying to either of the aforementioned processes, the consultant accepts and agrees to bear any risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes.

    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)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Siddiqui, Sumbul
    Phone
    587-635-1796
    Email
    Sumbul.Siddiqui@dcc-cdc.gc.ca
    Address
    210, 13220 St. Albert Trail
    Edmonton, AB, T5L 4W1
    CA

    Buying organization(s)

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Bidding details

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    Canada, Mexico, United States of America
    Procurement method
    Competitive – Open Bidding