Canada - Apn wa233001 facilities maintenance & support services

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 July 2024
Opportunity publication date
26 January 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Advance Procurement Notice
Facilities Maintenance and Support Services
Dwyer Hill Training Centre
(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 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
The Contractor will be required to provide Facilities Maintenance and Support Services for approximately 125 existing buildings and associated utility infrastructure with an approximate total gross floor area of 42,500 m2. In addition to the buildings there are utility services, parking lots, sidewalks, roads and landscaped areas that form part of the site included under the provisions of the contract. Contractors are advised that additional planned facilities, and work may be authorized to include the addition of buildings, water and wastewater treatment plants, and associated facilities related to the Eastern Ontario Campus project ongoing at this location. This may include approximately 20 additional buildings with total gross floor area of up to 99,000 m2 onboarded over a span of several years.
The Contractor will provide the following services at the Site:
1.         Hard Services
a)         Building Envelope Maintenance
b)         Heating, Ventilation, Air Conditioning & Refrigeration Systems
c)         Door Systems
d)         Electrical Systems
e)         Elevator and Lifting Systems
f)          Plumbing Systems
g)         Fire Detection and Suppression Systems
h)         Generators
i)          Life Safety Systems
j)          Security and Access Control Systems
k)         Water Treatment
l)          Wastewater Treatment
m)        Stormwater Management
2.         Soft Services
a)         Integrated Pest Management Services
b)         Landscaping and Grounds Maintenance Services
c)         Janitorial Services
d)         Hazardous Waste Management Services
e)         Range and Training Area Services
f)          Environmental Services
g)         Snow and Ice Control Services
h)         Solid Waste Management
i)          Utility Billing Support Services
k)         Energy Management Support Services
l)          Building Operator (operating and maintaining building environmental systems)
m)        Kitchen Appliances and Equipment maintenance
All the services above have Scheduled and “On-Demand‟ requirements.
The Contractor will also provide the following Facilities Support Services:
a)         Service Management & Coordination
b)         Maintenance Program Management
c)         Emergency Readiness and Response
d)         Asset Investment Advice
e)         Help Desk Services
f)          Plan & Drawing Management, and
g)         Building Information Modeling (BIM) Management.
The Contractor will also be required to undertake work that is outside the scope of the scheduled and demand services. This work will be priced, managed and implemented using an Additional Work Request (AWR) process.
The estimated project value is $281,000,000 over a potential eleven (11) years. It is anticipated that the initial contract will be set up for five (5) years with a potential two additional-three-year periods. It is anticipated that this/these solicitations will be initiated in summer 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, a 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 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 contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, 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, contractors are asked to quote the following information, among other things:
Contract number 80766 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 contractor to complete a sponsorship request package. Once DCC has determined that the contractor has substantially completed the sponsorship request package, DCC will forward the package to the CSP, PWGSC on behalf of the 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 contractor regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the 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:
Priscille Vumi
Coordinator, Contract Services
Defence Construction Canada
343-596-6289
priscille.vumi@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 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 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.

Opportunity closing date
24 July 2024
Value of contract
to be confirmed

About the buyer

Address
Defence Construction Canada CANADA
Contact
priscille.vumi@dcc-cdc.gc.ca

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?