APN - CANADIAN SURFACE COMBATANT (CSC) - COMBATANT TRAINING AND…

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD17738230427767637
Posted Date: Mar 23, 2024
Due Date: Apr 21, 2024
Solicitation No: 81933-MDB
Source: Members Only

Description

Advance Procurement Notice
Canadian Surface Combatant (CSC) - Combatant Training and Integration Centre – Pacific (CTIC(P))
CFB Esquimalt, British Columbia
(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 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

Modified Design Build (MDB) for the design and construction of a new purpose-built Combatant Training and Integration Centre (CTIC).
The Royal Canadian Navy (RCN) is in the midst of a fleet and capability revitalization. The new backbone of the fleet will be the Canadian Surface Combatant (CSC). The future fleet requires sustainable, scalable, and flexible training and operational support infrastructure that can deliver support to balanced CSC capacity and capabilities.
The RCN requires a digitally enabled Combatant Training and Integration Centre (CTIC) in Esquimalt that will aggregate operational support and secure training in a single facility, designed for fast technology cycles, agile capability development, and multi-system integration.  The ability to conduct all aspects of secure training development, delivery, operational support in a virtual environment is a critical component of Combatant Training and Integration Centre Pacific (CTIC-P). The Digital Framework requirements are a significant consideration in the design of CSC infrastructure. All spaces need to be designed with a focus on networking and connectivity.
The facility will be designed to maximize its re-configurable nature and prioritize collaboration and laboratory workspaces which will be the basis for the future work environment in a digital age. CTIC-P is envisaged to comprise of four functional areas: a Secure Training Facility, a Maritime Warfare Centre, a Data management Centre and a Network Operations Centre. CTIC-P facility will be the primary operational support infrastructure for the West Coast.
The Rough order of magnitude value of this contract (including design and construction) is estimated to be between $180M - $200M. It is anticipated that this solicitation will be initiated in October 2024.  This is conditional on the contract 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, the Department of National Defence (DND) is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the Combatant Training and Integration Centre (CTIC).
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 Modified Design-Build (MDB) contract.
The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the CTIC-P.

Contract Award and Anticipated Security Requirements

In order to be eligible for contract award, a 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 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); and
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/contractors are asked to quote the following information, among other things:
  • Contract number “DCC Contract #81933-MDB”; 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/contractor to complete a sponsorship request package. Once DCC has determined that the consultant/contractor has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the consultant/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/contractor regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the consultant/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:

Danielle Flynn

Coordinator, Contract Services

Defence Construction Canada

778-789-3070
Danielle.flynn@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/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/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 2024/10/01.

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)
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 >