Advance Procurement Notice
STRATEGIC TANKER TRANSPORT CAPABILITY PROJECT
Edmonton, AB
(with Security Requirements)
Purpose of this Advance Procurement Notice
This is not a bid solicitation nor a request for proposals.
In the context of the major investments announced by the Government and to foster a proactive partnership with industry, DCC is issuing this Advance Procurement Notice (APN) to inform contractors/consultants of an upcoming contract opportunity.
The purpose of this APN is to allow contractors and consultants to assess their capacity and interest in participating, and to prepare adequately for the potential solicitation process, notably by initiating any necessary steps.
This is a preliminary notice regarding a potential contract, which includes security requirements. The purpose of this APN is to allow interested contractors and consultants to initiate, if required, the sponsorship process to obtain the necessary clearances or security clearances (if applicable).
Please note that this project may include Indigenous businesses participation component in accordance with the Procurement Strategy for Indigenous Business (PSIB).
Please note that there is no guarantee that this contract will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process.
Description of the Project and Services
It is anticipated that the following solicitation will proceed as noted in the table below. This is conditional on the contract receiving approval to proceed from DND.
Project Number: PR23STTC
Contract Number: 86448
Title: Strategic Tanker Transport Capability Project
Approximate Estimate: $550M
Anticipated Posting: Spring/Summer 2026
Description:
The Royal Canadian Air Force (RCAF) requires sufficient strategic Air Mobility assets with the capability to effectively support its core missions as outlined in Strong, Secure, Engaged: Canada’s Defence Policy. The Strategic Tanker Transport Capability (STTC) project is anticipated to require new infrastructure for the Western Main Operating Base in Alberta, the final location of the infrastructure has yet to be determined. The project will include a two (2) bay hangar, new apron and taxiway, supporting infrastructure and potential fueling infrastructure.
This APN is for the construction of a two-bay hangar, apron and taxiway that would be used for day-to-day operations, in addition to supporting infrastructure. The estimated tenant net space of the hangar is approximately 40,000 square meters.
The estimated cost of the proposed Modified Design-Build (MDB) Contract: $550M.
It is anticipated that this solicitation will be initiated in Spring/Summer 2026. This is conditional on receiving approval to proceed by the Department of National Defence (DND).
The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. Hence, DND is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the proposed project.
To support DND’s commitment, the development of an Indigenous Benefits Plan (IBP) that outlines sub-contracting opportunities for Indigenous Businesses and Peoples will be required in the MDB contract.
The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the proposed facility.
Contract Award and Anticipated Security Requirements
To be eligible for contract award, a proponent or bidder will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation 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 Sponsorship
Defence Construction Canada (DCC) is providing consultants or contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants or contractors that intend to submit a proposal or a bid for this project and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP.
Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential bidders or proponents with their respective 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 or contractors are asked to quote the following information, among other things:
- Advance Procurement Notice (APN) number (Project number on the MERX notice);
- Contract number 86448; 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 consultants or contractors to provide assistance for the completion of the sponsorship request packages.
Once DCC has determined, at its entire discretion, that a consultant or contractor:
- has started the sponsorship process prior to the solicitation (Contract number listed on their request for sponsorship) being advertised on MERX,
- has met all the material requirements of the sponsorship request package, and
- has submitted a proposal or a bid
DCC will send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP).
Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent or bidder regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent or bidder will need to promptly cooperate with CSP to ensure that the process is completed as soon as possible.
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:
Brett Cooper
Coordinator, Contract Services
Defence Construction Canada
780-266-1884
Brett.Cooper@dcc-cdc.gc.ca
Disclaimer
DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process and does not provide any representations or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. 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 security clearance granting process. By applying to either of the aforementioned processes, the proponent or bidder agrees to bear any fees and 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. Notwithstanding anything else stated above, DCC shall in no event be liable to the bidder or proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process.