DEFENCE CONSTRUCTION CANADA (DCC) – HX795402 – RFEOI for Facilities Maintenance (FM) and Support Services, 12 Wing Operations and Maintenance, Hangars SHHGR342, SH343 and SHHGR344, 12 Wing Shearwater, CFB Halifax, NS
1-Description
Defence Construction Canada (DCC) invites firms to express their interest in providing facilities maintenance and support Services to the Department of National Defence (DND) for three (3) adjacent Hangars and three (3) auxiliary buildings located in Halifax, Nova Scotia.
This Request for Expression of Interest (RFEOI) is the first step of a two-step solicitation process, the second step being the Request for Proposal (RFP). Only the Proponents who will have responded to this RFEOI will be invited to submit a proposal in response to the RFP as part of Step 2.
DCC reserves the right to terminate this solicitation at the end of Step 1 (RFEOI).
As part of Canada’s commitment to maximize the participation of Indigenous Businesses, Proponents are advised that this solicitation includes an Indigenous Benefits Plan (IBP). The Proponents will have to include Indigenous businesses (or eligible joint ventures) as subcontractors or suppliers to this project. Further details will be provided in Step 2.
This solicitation is being conducted in accordance with the requirements set out in the Canadian Free Trade Agreement (CFTA), Chapter Nineteen of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and the World Trade Organization Agreement on Government Procurement (WTO-GPA).
2-Project Scope of Services
The Contractor is to provide maintenance and support Services for all identified buildings and their associated infrastructure within the defined property limits in a manner and to a standard that will not cause the buildings to deteriorate beyond normal wear and tear throughout the Contract term.
The Site, for the purposes of this Contract, comprises of three (3) adjacent buildings, Hangars SHHGR342, SH343, and SHHGR344 and three (3) auxiliary buildings, SH373 (APU Shelter for SHHGR342), SH374 (APU Shelter for SH343), and SH375 (APU Shelter for SHHGR344) with an approximate total gross floor area of 36,132 m2.
The required Services include, but may not be limited to, the following:
- Hard Services: Mechanical, Electrical, Building Exterior Maintenance, Elevators (passenger, service, dumb waiters, chair lifts), and Generators.
- Soft Services: Pest Control (Interior and Exterior), Janitorial Services, and Site Contract Oversight Responsibilities.
- Ancillary Services: Emergency Response, Asset Investment Advice, Help Desk Services, Asset Management through a Computerized Maintenance Management System (CMMS).
3-Documents
The Statement of Work (SOW), inclusive of all annexes, is not available during the RFEOI and will be provided at Step 2. The Facilities Maintenance Instructions to Proponents (DCL193FM-E) and General Conditions (DCL32FM) documents are available with this RFEOI.
Proponents are advised that this Contract is subject to DCC's Procurement Code of Conduct, which can be downloaded at https://www.dcc-cdc.gc.ca/industry/forms. A contractor or supplier who has been declared ineligible or suspended by Public Services and Procurement Canada under its Ineligibility and Suspension Policy and whose period of ineligibility or suspension may not have expired will not be able to proceed to Step 2.
4-Schedule
DCC will proceed with Step 2 around June 25, 2025.
Following Contract award, the Contractor will be required to progressively mobilize and be ready to commence providing the Services in eight (8) months of Contract.
The initial Period of Service will be three (3) years as of the Service Commencement Date. If mutually agreeable between the Contractor and DCC, the Period of Service may be extended for up to two (2) additional three (3) year periods, for a possible total of nine (9) years.
5-Site Visit
No site visits will be offered during the RFEOI. However, during Step 2, Proponents will be invited to participate in a site visit.
6-Access to Information Act
Proponents are advised that DCC is subject to the provisions of the Access to Information Act (Canada). Information submitted may be eligible for disclosure in accordance with the requirements of the Act.
7-Questions and Clarifications
Any questions or requests for clarification must be submitted in writing to DCC's Coordinator, Contract Services whose contact information can be found in the Electronic Bidding System.
DCC reserves the right to request clarification and/or confirmation regarding any aspect of this RFEOI to the Proponent.
In such a case, the Coordinator, Contract Services will be responsible for making the request. The request for clarification and/or confirmation will be sent to the contact person identified on the Electronic Bidding System.
8-Language of Step 2 and the Contract
By submitting a response to this RFEOI, Proponents will be invited to choose the desired official language for Step 2 and any resulting Contract.
In Step 2, RFP documents will be published in the language chosen by the Proponent in the Electronic Bidding System.
The language of deliverables will be defined in the SOW.
9-Joint Venture
A joint venture is an association of two or more parties that pools their funds, assets, knowledge, expertise, or other resources into a joint business venture, sometimes called a consortium, to bid together for a requirement. Proponents submitting interest as a joint venture will be required to clearly indicate in the Electronic Bidding System that they are forming a joint venture and should provide the following information:
- the name of the joint venture, if applicable,
- the name of the representative of the joint venture, i.e., the member chosen by the other members to represent them, if applicable,
- the name of each member of the joint venture.
10-Security Requirements
The Contractor will be required to hold, at all times during the performance of the Contract, a valid Facility Security Clearance (FSC) at the level of SECRET issued by Public Services and Procurement Canada's (PSPC) Contract Security Program (CSP). In the case of a joint venture, all parties to the joint venture must hold at least a valid FSC at the level of SECRET.
DCC has issued an Advance Procurement Notice (APN) number HX795402_FM83902 to allow contractors that do not hold a valid Facility Security Clearance (FSC) to initiate the sponsorship process prior to the launch of Step 2. For information on the sponsorship process, consult the APN on MERX or visit https://www.dcc-cdc.gc.ca/industry/security-requirements.
A Proponent who does not hold a valid Facility Security Clearance (FSC) security clearance will be required to:
- have submitted a Sponsorship application prior to the date of publication of Step 2 as indicated in the Electronic Bidding System (MERX);
- meet all material requirements of the sponsorship application package by the closing date of Step 2 as indicated in the Electronic Bidding System (MERX); and
- Have submitted a response to this RFEOI.
- Have submitted a Proposal.
” sponsorship application” means the activity of having completed the questionnaire on the DCC web page and having forwarded the answers to the DCC Industrial Security Program (ISP)”.
” sponsorship application package” means the activity of completing and forwarding the following forms to the DCC Industrial Security Program (ISP): the Application for Registration (AFR) for Canadian legal entities form, the Company Security Officer form, the Security Agreement form, the Security Clearance form, the Fingerprints Applicant form, the Alternate Company Security form and the Personnel Screening form”.
Failure to comply with these requirements will result in a Proponent not being allowed to participate in Step 2. However, if DCC determines, in its sole discretion that the Proponent could not comply with these requirements because of an undue administrative delay on the part of CSP or DCC, DCC may, in its sole discretion, allow the Proponent to participate in Step 2.
11-Closing Location
Responses to this RFEOI must be received through the Electronic Bidding System. Responses sent by fax, mail or email will not be accepted.
12-Closing Date and Time
The closing date and time indicated in the Electronic Bidding System will be the official closing date and time of this RFEOI.