APN - CHEMICAL AND BIOLOGICAL LABORATORIES CFB SUFFIELD, ALBERTA, CANADA

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 68 - Chemicals and Chemical Products
Opps ID: NBD17738230114118256
Posted Date: Mar 23, 2024
Due Date: May 1, 2024
Solicitation No: 82392
Source: Members Only

Description

Advance Procurement Notice
Chemical and Biological Laboratories
CFB Suffield, Alberta, CANADA
(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/Contractors an opportunity to apply for security clearances. 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 delivery method for this project will be Modified Design Build.
The purpose of the project is to design and construct new facilities to house the Chemical and Biological Laboratories (CBL) and its supporting infrastructure for Defence Research and Development Canada (DRDC) at Canadian Forces Base (CFB) Suffield, Alberta.  The goal of this project will be to provide a consolidated and modernized chemical and biological research facility at the Suffield Research Center (SRC) consisting of offices, laboratories, storage, administration & other support areas. The new facility is to be designed and built to be certified Leadership in Energy and Environmental Design (LEED) Silver.
The rough order of magnitude for the design and construction at $400,000,000.00.
It is anticipated that this solicitation will be initiated in Summer/Fall of 2024.  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, the Consultant/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 documents.
As of the date of posting of this Advance Procurement Notice, the required security clearance(s) are anticipated to be:
  • for Consultant/Contractor, must at all times during the performance of the Contract, hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC);
  • The Consultant/Contractor personnel requiring access to CLASSIFIED/PROTECTED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET, or RELIABILITY STATUS, as required, granted or approved by the CSP, PWGSC (Note: Prior to Contract Award, personnel security screenings may not be initiated due to CSP requirements);
  • The following security requirements are also anticipated but can only be sought after contract award:
    • The Consultant/Contractor must obtain approved Document Safeguarding Capability at the level of SECRET, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC);
    • Sub-consultants/Sub-Contractors will be required to hold a valid FACILITY SECURITY CLEARANCE (FSC) at the level of SECRET, issued or approved by the Canadian Industrial Security Directorate (CISD), Public Services and Procurement Canada (PSPC);
    • The Consultant/Contractor MUST NOT utilize its Information Technology systems to electronically process, produce, or store any sensitive CLASSIFIED/PROTECTED information until the CSP, PWGSC has issued written approval.  After approval has been granted, these tasks may be performed at the level of SECRET.
    • The Consultant/Contractor MUST NOT utilize its facilities to process, produce, or store CLASSIFIED/PROTECTED information or assets until the CSP, PWGSC has issued written approval.

Industrial Security Program (ISP) Sponsorship

Defence Construction Canada (DCC) is providing Consultants/Contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, Consultants/Contractors 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 or contractors are asked to quote the following information, among other things:
  • Contract number 82392 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 or contractor to complete a sponsorship request package. Once DCC has determined that the consultant or contractor has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant or contractor 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 or contractor regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant or contractor 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:
Ryan Pfeifer

Defence Construction Canada

(403) 544-4901
Ryan.Pfeifer@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 or contractor 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 or contractor 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.

Bidding and Documents are available on http://www.merx.com . Fees may apply; See https://www.merx.com/public/pricing for more information.

Show more description Show less description
Contract duration

The estimated contract period will be 0 month(s), with a proposed start date of 2024/08/01.

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 .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >