ADVANCE PROCUREMENT NOTICE - JETTY UPGRADE, CFB HALIFAX, NS

Solicitation number 78882-D

Publication date

Closing date and time 2023/03/22 14:00 EDT


    Description

    Advance Procurement Notice

    Canadian Surface Combatant (CSC) Jetty “NB’’ Upgrade and Jetty “NH’’ Recapitalization – Canadian Forces Bases (CFB) Halifax, NOVA Scotia

    (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

    The Department of National Defence (DND) infrastructure at Canadian Forces Base (CFB) Halifax provides support to the fleet operations of the Royal Canadian Navy (RCN). As this fleet is renewed over the coming years with new classes and configurations of vessels, the existing infrastructure will need to be modified, upgraded, or replaced as necessary to meet the needs of the modernized fleet. This project will focus on priority jetty infrastructure requirements to berth and support the new CSC vessel class – as well as other current and future RCN vessels, such as the new Joint Support Ship - at Jetty “NB” (Phase 1) and Jetty “NH” (Phase 2).

    To support the new ships in general, and the CSC program in particular, Jetty “NB” will require various upgrades such as all-new mechanical and electrical system infrastructure. It may require some rehabilitation work to the sub-structure and superstructure and an expanded apron-laydown area. The Jetty “NB” upgrade work must be completed in time to receive the first new CSC ship when delivered to DND by the builder for acceptance test and trials, currently planned to commence in the 2030 timeframe. The timing of the arrival in Halifax of the new Joint Support Ship is currently expected to be earlier than that date.

    Jetty “NH” requires its deck elevation to be raised and enlarged, all-new mechanical and electrical system infrastructure including new below-deck tunnels, crane rails, as well as a new rail-mounted crane, new bollards, fenders, plus any appropriate structural repairs and general site improvements. It may require the provision of an expanded apron-laydown area and a revised traffic circulation scheme. To ensure that this facility is ready for ship berthing purposes as additional CSC ships are be delivered from the builder during the 2030s, the upgrade / recapitalization work will be required to be completed by the mid-2030s.

    The services associated with the Jetty “NB’’ upgrade and Jetty “NH’’ recapitalization projects may include topographical and hydrographic surveys, geotechnical investigations, pre-design reports, option analysis work, statement of construction requirements, concept design, design development, construction documents, and tender and construction phase services.

    The rough order of magnitude value of the contract is estimated at $5M. The estimated value is inclusive of overall cost for both Phase I – Jetty NB and Phase 2 – Jetty NH design scopes of work . It is anticipated that this solicitation will be initiated in March 2023. 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 contract 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.

    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); and

    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 78882-D; 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); and

    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:

    Sean Brushett

    Regional Service Line Leader Defence Construction Canada 902-440-5364

    Sean.Brushett@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)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Defence Construction Canada
    Address
    Constitution Square, 19th Floor, 350 Albert Street
    Ottawa, Ontario, K1A 0K3
    Canada
    Contracting authority
    Brushett, Sean
    Phone
    902-440-5364
    Email
    sean.brushett@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

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Region of opportunity
    Nova Scotia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: