APN-CULTURAL & ARCHAEOLOGICAL ASSESS. T & MONITORING SERVICES, BC
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: CA-NOTICE-MX-443775239225-000
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
ADVANCE PROCUREMENT NOTICE CULTURAL AND ARCHAEOLOGICAL ASSESSMENT AND MONITORING SERVICES, BRITISH COLUMBIA (with Security Requirements) Purpose of this Advance Procurement Notice This is not a bid solicitation nor a request for proposals. This is an advance notice for a potential Standing Offer (SO) with anticipated security requirements to provide interested consultants an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s). Note that there is no guarantee that this solicitation 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 A Standing Offer to aid the Department of National Defence (DND) in acquiring consultant expertise in the area of Cultural and Archaeological Assessment and Monitoring services on an “as and when required basis” to support various projects for any location within British Columbia (BC). It is expected that the majority of the work will occur at CFB Esquimalt, BC (including the satellite sites of CFMETR/Nanoose, Masset, Rocky Point, Aldergrove and Work Point), CFB Comox (including CFS Holberg, HMCS Quadra and Seal Bay) and to a lesser degree at ASU Chilliwack, BC (including Vancouver and BC interior sites). The services may include, but are not limited to, the following: Professional Archaeological services, reports, and recommendations, which comply with all applicable municipal, provincial and federal laws, regulations, best management practices (BMPs), and guidelines; Comprehensive determination of what archaeological and cultural resources are present at the site of interest; Professional advice and recommendations on how to handle identified or suspected archaeological and cultural resources; Provide project-specific comprehensive reports for use as a tool to manage the resource and may be provided to second or third parties as supporting documentation; and Construction phase services support including pre-construction archaeological briefings, delineation of archaeological resources in the field prior to construction, and archaeological monitoring during construction. The estimated cost for these services is approximately $900,000.00 over two (2) years with the potential of three (3) additional one (1) year options for extension and an increase in value of up to $1,350,000.00. The estimated total potential opportunity is approximately $2,250,000.00 over the five (5) years. It is anticipated that this solicitation will be initiated in February 2026. This is conditional on receiving approval to proceed by the Department of National Defence (DND). It is anticipated that the following solicitation will proceed as noted in the table below. This is conditional on the contract receiving approval to proceed from DND. Contract Number: PR25ARCH Title: CULTURAL AND ARCHAEOLOGICAL ASSESSMENT AND MONITORING SERVICES Approximate Estimate: $2,250,000.00 Anticipated Posting: February 2026 Description: Professional archaeological and cultural resources services Contract Award and Anticipated Security Requirements To be eligible for contract award, a proponent or bidder will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation documents. The anticipated security clearance level for this contract is Designated Organization Screening (DOS). Industrial Security Program Sponsorship Defence Construction Canada (DCC) is providing consultants or contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants or contractors that intend to submit a proposal or a bid on one or more of these projects and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP. Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential bidders or proponents with their respective 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: Advance Procurement Notice (APN) number (Project number on the MERX notice); Contract number 85303; 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 consultants or contractors to provide assistance for the completion of the sponsorship request packages. Once DCC has determined, at its entire discretion, that a consultant or contractor: has started the sponsorship process prior to the solicitation(s) (Contract number(s) listed on their request for sponsorship) being advertised on MERX, has met all the material requirements of the sponsorship request package, and has submitted a proposal or a bid DCC will send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP). Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent or bidder regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent or bidder will need to promptly cooperate with CSP to ensure that the process is completed as soon as possible. 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: Mahmoud Farajmandi Procurement Specialist Defence Construction Canada (250) 550-0157 mahmoud.farajmandi@dcc-cdc.gc.ca Disclaimer DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process and does not provide any representations or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. 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 security clearance granting process. By applying to either of the aforementioned processes, the proponent or bidder agrees to bear any fees and 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. Notwithstanding anything else stated above, DCC shall in no event be liable to the bidder or proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process. Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information. Notice type: None Procurement method: Competitive - Open bidding Selection criteria: None Trade agreements: *Canadian Free Trade Agreement (CFTA) *World Trade Organization Agreement on Government Procurement (WTO GPA) *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Contact: Mahmoud Farajmandi (mahmoud.farajmandi@dcc-cdc.gc.ca) 250-550-0157
Buyer & contacts
Similar tenders
Community: Whitehorse, Carmacks Traditional Territory: Kwanlin D?n First Nation, Ta?an Kwach?an First Nation, Little Salmon Carmacks First Nation Supply, deliver and assemble specialized furniture to schools in various schools in Yukon. The assembly of furniture is required for items in one Whitehorse school only.
Community: Whitehorse, Carmacks Traditional Territory: Kwanlin D?n First Nation, Ta?an Kwach?an First Nation, Little Salmon Carmacks First Nation Supply, deliver and assemble specialized furniture to schools in various s
Chorus Licenses
Provision of Chorus Analyse and Investigate licences with Cloud Hosting
Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
Task Order 1 to be issued concurrently with Homeland Security Cutter (HSC)-Ocean IDIQ RFP No. 70Z02326R The objective of this task order is to procure transportation and logistics support services to enhance United State
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.