ADVANCE PROCUREMENT NOTICE INSPECTION, TESTING AND MINOR REPAIR SERVICES FOR GENERAL CONSTRUCTION, MAINTENANCE AND REPAIR WORK, CFB ESQUIMALT, MASSET, BRITISH COLUMBIA (WITH SECURITY REQUIREMENTS)

Solicitation number SC79393

Publication date

Closing date and time 2023/03/06 17:00 EST


    Description

    Advance Procurement Notice

    INSPECTION, TESTING AND MINOR REPAIR SERVICES FOR GENERAL CONSTRUCTION, MAINTENANCE AND REPAIR WORK, CFB ESQUIMALT, MASSET, 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 contract 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 contract will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.

    Description of the Project and Services

    A contractor to provide as and when required Inspection, Testing and Minor Repair (ITM) Services to support a communications facility in Masset located on Haida Gwaii, British Columbia.

    The scope for the purposes of this contract includes as and when required ITM services to support a communications facility in Masset, BC with general construction, maintenance and repair work for the Masset Detachment located in Masset on Haida Gwaii, British Columbia. Masset is a small, remote rural community located on the northern tip of Graham Island in Haida Gwaii. The subject site known as Building #50 has a footprint of approximately of 1,480 m2 (15,920 square feet) and includes auxiliary buildings and property included with this contract.

    Regular/frequent inspection on certain equipment, such as:

    • Service boilers, quarterly;
    • Transformers and generator testing, annually;
    • Air Handing Units (AHU) and Heating, ventilation, and air conditioning (HVAC) maintenance and filters, every 6 months or quarterly;
    • Plumbing, lubricate bearings on circulation pumps quarterly;
    • Examine plumbing lines and ensure toilets, sinks, showers, and bathtubs are operating properly, quarterly;
    • Inspect and fix paint, flooring, and lighting (both internal and external), every 6 months; and
    • Fire alarm and fire fighting systems, every three months.

      In addition to the above, the contractor is to provide repair works when requested including but not limited to:

    • Minor Renovation, small Construction, damage restoration and repairs;
    • Finishing Work;
    • Exterior Works (such as gates, lighting, signage, etc.);
    • Electrical & Generator Equipment;
    • Data, Security, Sensors, & Other Low Current Systems;
    • Plumbing & HVAC;
    • Refrigeration;
    • Metal Work;
    • Landscaping & Vegetation Control;
    • Maintenance Work; and
    • Mechanical, Electrical and Plumbing Equipment Replacement when required.

      The Rough order of magnitude value of the initial contract is $560,000 with 2 potential options to extend the contract bringing the total up to $1,885,000. It is anticipated this procurement will be initiated in April 2023. This is conditional on the project receiving approval to proceed by DND.

    Contract Award and Anticipated Security Requirements

    In order to be eligible for contract award, the consultant or contractor 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 or contractors: a valid and active FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET 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 that fall under this program 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 79393; 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:

    • 60 calendar days prior to planned solicitation closing, for FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET.

      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:

    Matthew Glenn

    Coordinator, Contract Services

    Defence Construction Canada

    250-213-9655

    Matthew.Glenn@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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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
    Glenn, Matthew
    Phone
    250-213-9655
    Email
    Matthew.Glenn@dcc-cdc.gc.ca
    Address
    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: