Tender Details

Title (ENG) RFI from Indigenous Businesses Interested in Providing Services for FM Contracts
Contracting Entity Defence Construction Canada / Construction de Défense Canada
Reference Number MX-443463693515
Publication Date 3/31/2025
Tender Closing Date 5/1/2025
Type Not specified
Area Not specified
Tender Status Open
Attachments No attachments available
Description
Request for Information (RFI) from Indigenous Business(es) Interested in Providing Services for Facilities Maintenance and Support Services Contracts for CFB North Bay, Ontario Purpose of this Request for Information This is not a bid solicitation. Defence Construction Canada is collecting responses to this Request for Information for information purposes. This is a Request for Information (RFI) from Indigenous Business(es) (or eligible Joint Ventures) with interest in providing goods and/or services in support of a Facilities Maintenance (FM) and Support Services Contract for CFB North Bay, Ontario. Defence Construction Canada (DCC) has issued a Request for Proposal (RFP) for FM and Support Services for CFB North Bay publicly on MERX. The RFP can be found on MERX at the following link: Rfp - Facilities Maintenance And Support Services, Cfb North Bay Ontario - NB25FM01 | MERX   The initial period of services under the FM contracts is expected to be from April 1, 2026, for a five (5) year period. The FM contract is expected to include the potential for two (2) additional periods of three (3) years, for a possible total period of service of eleven (11) years. As part of Canada’s commitment to maximize the participation of Indigenous peoples and businesses, the RFP includes an Indigenous Benefits Plan (IBP) requirement that aims to increase participation of Indigenous Businesses in the provision of services for the required FM and support services under the FM contract. The intent of this RFI is to develop a list of Indigenous Businesses registered or eligible to be registered with the Indigenous Services Canada (ISC) Indigenous Business Directory (IBD) that will be made available as a resource to FM contractors to obtain sub-trade pricing. The RFP for the FM contracts will occur in two steps. In Step 1, FM contractors (Proponents) will submit their technical proposals and in Step 2, short-listed Proponents will be invited to submit their bid price. In Step 2, the short-listed Proponents are asked to identify the type and value of services to be provided by Indigenous Businesses. At the closing date and time indicated on the Electronic Bidding System, Indigenous Businesses will be required to be registered with the ISC IBD in order to be considered eligible for the IBP under the FM contract. Information on how to register an Indigenous Business on the IBD can be found at this link: https://services.aadnc-aandc.gc.ca/IndigenousBusinessDirectory DCC will verify through ISC that the firms listed in the FM contractor’s IBP are Indigenous Businesses, registered and in good standing with the IBD prior to awarding the FM contracts. Required Goods and Services DCC is asking Indigenous Businesses (or eligible Joint Ventures) to identify themselves if they are qualified, capable, and interested in providing goods and/or services in support of the FM and Support Services contract, including, but not limited to: Hard Services Mechanical Systems (HVAC-R), Door Systems, Electrical Systems, Elevators and Lifting Systems, Plumbing Systems, Fire Detection and Suppression Systems, Generators, Pool Systems, and Security and Access Control Systems.   Soft Services Alarm Monitoring.   Support Services Service Management and Coordination, Maintenance Program Management, Emergency Readiness and Response, Asset Investment Advice, and Helpdesk Call Services. Eligibility Requirements Under the ISC IBD, “Indigenous Business” can be: a band as defined by the Indian Act, a sole proprietorship, a limited company, a co-operative, a partnership, or a not-for-profit organization in which Indigenous persons have at least 51% ownership and control. An Indigenous business can also be a joint venture consisting of 2 or more Indigenous businesses or an Indigenous business and a non-Indigenous business, provided that the Indigenous business or businesses have at least 51% ownership and control of the joint venture In instances where 1 or more Indigenous businesses, as defined under the rules of PSIB, are involved in a contract with 1 or more non-Indigenous businesses or individual contractors, 33% of the total monetary value of the work contracted for must be performed by Indigenous Businesses. For more information about eligibility visit ISC’s website: https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c2 Submission Requirements Indigenous Businesses that consider themselves qualified, capable and interested to provide goods and/or services listed in this RFI are asked to indicate their interest by submitting a completed Response Form, using the template available on the Electronic Bidding System (MERX). The Response Form, shall be submitted to DCC through the Electronic Bidding System (MERX) on or before the closing date and time indicated on the Electronic Bidding System (MERX). To respond to the RFI, the required submission to DCC is a completed Response Form. No other documentation is required. Security Requirements The FM contract has a security clearance requirement. Please refer to the SRCL, associated Security Clauses and the Security Classification Guide published with the NB25FM01 MERX posting at: Rfp - Facilities Maintenance And Support Services, Cfb North Bay Ontario - NB25FM01 | MERX   Security clearances must be granted or approved by the Contract Security Program, Public Works and Government Services Canada (CSP, PWGSC). Confidentiality Subject to the terms of the Response Form, information provided to DCC by a respondent in its Response Form will not be shared publicly by DCC and will only be disclosed by DCC to the short-listed FM contractors (Proponents) who are invited to participate in Step 2 of the RFP. By responding to this RFI, the respondent consents and agrees, under the Defence Production Act (Canada), the Privacy Act (Canada) and all other applicable statutes, that DCC may, for such time as it deems necessary to carry out the purposes described under this RFI, collect, retain and disclose the respondent’s information provided under the Response Form as is contemplated under this RFI. By responding to this RFI, the respondent acknowledges and agrees that no consideration is or will be provided by DCC for the respondent’s information provided under the Response Form, and DCC provides no representations, assurances nor any guarantees that responding to this RFI will result in the respondent being considered, selected or awarded the right to participate in the provision of goods and/or services under the FM contracts or any other DCC contracts.   Any questions relating to this RFI can be addressed to: Craig Patterson Procurement Coordinator Defence Construction Canada Tel: 613-794-5311 craig.patterson@dcc-cdc-gc.caBidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.
Contact Information

Contact: Craig Patterson

Craig.Patterson@dcc-cdc.gc.ca

613-794-5311


Address:

,

Ask Yuri