Advance Procurement Notice
Inspection, Testing, Maintenance and Minor Repairs
of Fire Detection and Suppression Systems
VARIOUS CANADIAN FORCES BASES (ATLANTIC REGION) - GAGETOWN, HALIFAX, SHEARWATER, ST. JOHN’S, GANDER, GREENWOOD, INCLUDING OUTLYING SITES
(WITH SECURITY REQUIREMENTS)
Purpose of this Advance Procurement Notice
This is not a bid solicitation nor a request for proposals.
This is an advance notice for a potential contract with anticipated security requirements to provide interested contractors an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s). Note that there is no guarantee that this solicitation 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
Contractor services and deliverables required for the Inspection, Testing, Maintenance (ITM) and Minor Repair of various fire protection systems at various facilities located at: 5th Canadian Division Support Base Gagetown, Canadian Forces Base Halifax, Canadian Forces Station St. John’s, 9 Wing Gander, 12 Wing Shearwater, 14 Wing Greenwood, and associated outlying sites in each province.
The services will include, but are not limited to: scheduled inspections, testing, maintenance and minor repair of various fire protection systems (fire alarm systems, fire suppression systems including fire pumps) as per applicable legislation, codes, regulations, and standards.
These services are estimated to be in the rough order magnitude of $2.8M per year for three years, with the option to extend for two additional two-year periods for a total potential of seven years or $19.8M. It is anticipated that the procurement will be initiated in the Winter 2025/26. This is conditional on the project receiving approval to proceed by the Department of National Defence.
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.
The anticipated security clearance level for this contract is FACILITY SECURITY CLEARANCE (FSC).
Firms will be required to hold a valid SECRET CLEARANCE (FSC SECRET) issued or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid personnel security screening at the level of SECRET or RELIABILITY STATUS, as required, granted or approved by CISD/PWGSC.
Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
Industrial Security Program Sponsorship
Defence Construction Canada (DCC) is providing contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, contractors that intend to submit a proposal on 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, contractors are asked to quote the following information, among other things:
- Advance Procurement Notice (APN) number (Project number on the MERX notice);
- Contract number AR26ITM1; 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 contractor:
- has started the sponsorship process prior to the solicitation (Contract number(s) 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:
Gary Fulton
Procurement Specialist (Operations)
Defence Construction Canada
Gary.Fulton@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.