Defence and marine procurement: Standing Committee on Government Operations and Estimates—June 10, 2022
Document navigation for "Standing Committee on Government Operations and Estimates: June 10, 2022"
On this page
- National Shipbuilding Strategy
- Third Yard
- Polar icebreakers
- Canadian surface combatant
- Future fighter capability project
- Strategic tanker transport capability project
- Military pistol procurement
- Remotely piloted aircraft systems
- Kingfisher Search and Rescue Aircraft
- Cormorant mid-life upgrade contract
National Shipbuilding Strategy
Key messages
- The National Shipbuilding Strategy (NSS) is about Canadians and Canadian businesses working together to strengthen and renew our naval and coast guard fleets
- It is a long-term investment that is delivering ships for the Navy and the Canadian Coast Guard (CCG), as well as jobs and economic growth for Canada
- As with all large-scale procurement projects, the cost and timelines for National Shipbuilding Strategy projects will be closely managed, and we will continue working closely with industry to ensure the best value is provided to Canadians throughout the duration of these projects
Key data points
- As of December 31, 2021:
- Canada has awarded approximately $21.07 billion in NSS contracts to businesses throughout the country
- of these, $975.93 million went to small businesses (less than 250 employees)
- NSS contracts awarded between 2012 and 2021 are estimated to:
- contribute close to $21.26 billion ($1.93 billion annually) to Canada’s gross domestic product (GDP)
- create or maintain 18,239 jobs annually
- NSS contracts awarded from 2012 to 2021:
- Irving Shipbuilding—$6.52 billion
- Vancouver Shipyards—$5.26 billion
- Chantier Davie—$2.26 billion
- other shipyards/Companies—$7.03 billion
Background
Large ships and their status
- Arctic and offshore patrol ships (AOPS): 6 vessels (AOPS 1 to 6) for the Royal Canadian Navy (RCN) (note: the ongoing COVID-19 pandemic will have an impact on project timelines, the extent of which has not yet been fully determined)
- first 2 AOPS delivered to RCN in July 2020 and July 2021; next 3 AOPS under construction, with AOPS 3 delivery expected in summer 2022 and cut steel for AOPS 6 targeted in August 2022
- project budget: $4.3 billion
- AOPS: 2 vessels (AOPS 7 and 8) for the Canadian Coast Guard
- work underway to modify design to meet CCG requirements
- project budget: $1.5 billion (estimate)
- Canadian surface combatants (CSC): 15 vessels for the RCN
- currently in preliminary design phase
- project budget: $56 to $60 billion (estimate)
- Joint support ships (JSS): 2 vessels for the RCN (note: the ongoing COVID-19 pandemic will have an impact on project timelines, the extent of which has not yet been fully determined)
- JSS 1 under construction
- JSS 2 began construction in May 2022
- project budget: $4.1 billion
- Multi-purpose vessels (MPV): Up to 16 vessels for the CCG
- construction is expected to begin in the mid-2020s
- project budget: $14.2 billion (estimate)
- Offshore fisheries science vessels (OFSV): 3 vessels for the CCG
- all 3 vessels delivered to the CCG in 2019 to 2020, marking completion of first class of large ships built under NSS
- project budget: $788.5 million
- Offshore oceanographic science vessel (OOSV): 1 vessel for the CCG
- construction started in March 2021
- project budget: $966.5 million
- Polar icebreakers: 2 vessels for the CCG
- engineering and construction of 2 polar icebreakers announced in May 2021
- project budget: to be determined
Marine services and small vessels
- Several key marine service contracts:
- AOPS/JSS in-service support (AJISS) contract—estimated at $5.2 billion for up to 35 years
- Halifax-class frigates maintenance—up to $7.7 billion; work on the first vessel, Her Majesty’s Canadian Ship (HMCS) St. John’s, completed in spring 2022
- competitive process underway to extend the contract for the maintenance and support of approximately 70 minor warship auxiliary vessels ranging from small boats to the maritime coastal defence vessels and associated equipment
- Repair, refit and maintenance work completed and underway
- following an open and competitive process:
- contract awarded for the vessel life extension (VLE) of 2 of CCG’s fisheries patrol vessels (Canadian Coast Guard Ship (CCGS) Cape Roger and CCGS Cygnus)
- 4 regional contracts awarded for the VLE of the CCG’s motorized life boats
- contract awarded for the VLE of 3 CCG jet boats
- contract awarded for the VLE of a CCG medium icebreaker (CCGS Amundsen)
- contract awarded for the VLE of a CCG high endurance multi-tasked vessel (CCGS Kopit Hopson 1752)
- contract awarded for the vessel life extension of the CCGS Louis S. St-Laurent
- a competitive process for the VLE of the CCGS icebreaker Terry Fox is currently underway with contract award anticipated in 2022
- a competitive process for the VLE of a CCG high endurance multi-tasked vessel (CCGS George R. Pearkes) is currently underway with contract award anticipated in 2022
- the Victoria-class in-service support contract (VISSC), as awarded in 2008, was recently extended to allow for work on the RCN’s 4 submarines to continue up to 2027
- a competitive process for the follow-on sustainment solution to the VISSC, known as VISSC II, is currently underway. Upon the VISSC’s expiry in 2027, the VISSC II will provide support until the submarines are decommissioned
- following an open and competitive process:
- Construction and delivery of small vessels is underway
- all 7 hydrographic survey vessels delivered to the CCG as of June 2017
- 2 channel survey and sounding vessels delivered to CCG in October 2018
- CCG has requirement for 20 search and rescue lifeboats; design, build, and delivery are underway; 121 vessels have been delivered so far
- contract awarded for the acquisition of 30 new multi-role boats expected to be delivered to the RCN by spring 2024
- acquisition of 3 medium commercial icebreakers and conversion work, valued at $843.47 million (value increased to $912 million in July 2021); 2 vessels have been delivered and the third is expected in summer 2022
- construction underway on 2 of 4 naval large tugs for the RCN; delivery expected in 2022
- Small vessel construction and repair, refit and maintenance program strategies
- opportunities to improve and streamline procurement are being implemented
- 2 ferries for Transport Canada to be built by Chantier Davie (not part of NSS)
- Chantier Davie Canada Inc. (CDCI) will design and construct 2 new ferries for Transport Canada to replace aging vessels (41-year-old motor vessel (MV) Madeleine, now retired, and 51-year-old MV Holiday Island)
- in July 2020, a ferry was purchased and entered into service in June 2021 as an interim measure to replace the MV Madeleine until the new vessel being built at CDCI is ready for service
Third Yard
Key messages
- Chantier Davie has pre-qualified to become the third strategic partner under the National Shipbuilding Strategy. The entire invitation to qualify process was overseen by an independent fairness monitor
- Canada and Chantier Davie are now going through the steps of the process which include a third-party assessment of the shipyard’s infrastructure, submission of a formal proposal, and a due diligence process
- This is a complex, multi-step qualification process and it is imperative that we get it right, therefore we are making every effort to finalize this process, while ensuring best value for the Government of Canada and all Canadians
Key data points
- The request for proposal stage of the qualification process is expected to be completed by summer 2022
- The qualification process itself is expected to be completed in 2022
- Canada intends to enter into an umbrella agreement with the third yard in 2022
- Package to include 6 program icebreakers and 1 polar icebreaker
Background
In May 2019, Canada identified the need to select a third Canadian shipyard under NSS. The selected yard will build 6 program icebreakers and 1 polar icebreaker for the CCG.
Following the invitation to qualify, Chantier Davie was the only shipyard that pre-qualified to the next stage of the selection process (request for proposal stage). Before Chantier Davie can be confirmed as the third shipyard, it must be successful in its response to the request for proposal, meeting all the evaluation criteria, including a financial due diligence process and technical requirements (plans) to achieve target state.
Chantier Davie will continue work under programs such as medium icebreakers conversions, Halifax class docking work period Contract and Transport Canada ferries, in parallel with the third yard selection process.
Polar icebreakers
Key messages
- On May 6, 2021, the Government of Canada announced its intention to move forward with the construction of 2 polar icebreakers
- Seaspan’s Vancouver Shipyards will engineer and construct 1 vessel while the other vessel will be engineered and constructed at Chantier Davie, pending the successful completion of the ongoing process to select it as the third strategic partner for large ship construction under the National Shipbuilding Strategy
Key data point
- Construction of these ships will generate approximately 300 jobs per vessel at the shipyards, and 2,500 jobs across the marine supply chain
Background
On February 28, 2020, the Government of Canada issued a request for information, open to all Canadian shipyards, seeking information on domestic shipyard capability and capacity to construct and deliver a polar-class icebreaker.
The request for information closed on March 13, 2020 and Public Services and Procurement Canada received 4 responses.
On May 6, 2021, the government announced its intention to move forward with the construction of 2 polar icebreakers.
This procurement approach is the best path for ensuring that at least 1 of the polar icebreakers is delivered by 2030 when the CCGS Louis S. St-Laurent needs to be retired from service.
As the Government of Canada progresses through the various contracting and design phases, a project budget that includes all costs associated will be determined and publicly disclosed.
Canadian surface combatant
Key messages
- The Government of Canada has committed to 15 Canadian surface combatant ships for the Royal Canadian Navy
- Design work on the Canadian surface combatant is advancing and is now in preliminary design review
- With respect to Navantia, which was an unsuccessful bidder for the competitive Canadian surface combatant request for proposals:
- in the Navantia application for judicial review, the attorney general of Canada had a statutory obligation to file a notice pursuant to section 38 of the Canada Evidence Act because of the documents requested; it was not a discretionary decision by government officials
- beyond this explanation of the application of section 38, we are not able to comment on the matter as it is before the courts
Key data point
- Project budget is estimated at $56 to 60 billion
Background
The Canadian surface combatant project will replace both the Iroquois-class destroyers and the Halifax-class multi-role patrol frigates with a single class of ship capable of meeting multiple threats on both the open ocean and the highly complex coastal environment. The CSC project is the largest and most complex shipbuilding initiative in Canada since World War II.
Navantia was an unsuccessful bidder for the competitive Canadian surface combatant request for proposals, which was won by Lockheed Martin Canada. Navantia has applied to the Federal Court for a judicial review challenging the award to Lockheed Martin Canada and the evaluation of its bid. Navantia contends that the design proposed by Lockheed Martin Canada, based on the BAE type 26 ship, failed to meet the requirements of the request for proposal such that its bid was improperly evaluated and awarded.
As part of the judicial review, Navantia sought disclosure of documents that contained sensitive or potentially injurious information. The attorney general of Canada filed a section 38 Canada Evidence Act application in Federal Court on January 20, 2021.
The attorney general of Canada had a statutory obligation to file the section 38 application, and it was not a discretionary decision made by government officials. Section 38.01 requires every participant in a proceeding to advise the attorney general in writing where there is a possibility of disclosure of sensitive or potentially injurious information.
Background by shipyard
Seaspan’s Vancouver Shipyards Co. Ltd.
All 3 offshore fisheries science vessels have been delivered to the Canadian Coast Guard, marking the completion of the first class of large ships built under the NSS. In addition, work is ongoing on the first joint support ship, construction of the second joint support ship began in May 2022, and construction of one offshore oceanographic science vessel began in March 2021. Finally, early design work for the multi-purpose vessels and the polar icebreaker has commenced.
Irving Shipbuilding Inc.
Canada’s lead Arctic and offshore patrol ship, the HMCS Harry DeWolf, was delivered and accepted by Canada on July 31, 2020, and the ship was commissioned into the RCN on June 26, 2021. The second Arctic and offshore patrol ship, future HMCS Margaret Brooke, was delivered and accepted by the RCN on July 15, 2021. Three Arctic and offshore patrol ships for the RCN are currently under construction, including the third Arctic and offshore patrol ship, future HMCS Max Bernays, which was launched on October 23, 2021 and is expected to be delivered in summer 2022. Design work on Arctic and offshore patrol ships 7 and 8 for the Canadian Coast Guard is also advancing. Design work on the Canadian surface combatant is advancing as well.
Chantier Davie Canada Inc.
Chantier Davie is converting 3 medium icebreakers for the Canadian Coast Guard. The first vessel, CCGS Captain Molly Kool, began operations in December 2018, and the second vessel, CCGS Jean Goodwill, was delivered to the Canadian Coast Guard in November 2020. The third vessel, CCGS Vincent Massey, is expected to be in service in summer 2022.
An Advance Contract Award Notice (ACAN) signaling our intention to enter into a contract with Chantier Davie for required vessel life extension work on the CCGS Louis S. St-Laurent, Canada’s largest icebreaker, closed November 19, 2020. Chantier Davie has been identified as the only facility in Eastern Canada capable of performing this work during the specified time period. A contract was awarded in March 2022 and work began in April 2022. On July 21, 2020 the HMCS St. John’s arrived at Chantier Davie for repair and maintenance. It is the first vessel to be re-furbished under the Halifax class docking work period contract awarded to Chantier Davie in July 2019. Work on the HMCS St. John’s was completed in spring 2022. Another Halifax class frigate, HMCS Toronto, arrived at Chantier Davie for the same type of work on May 4, 2022.
Future fighter capability project
Key messages
- The government is committed to ensuring that members of the Canadian Armed Forces have the equipment they need to do their jobs and protect Canadians, while ensuring the best value for Canadians
- We delivered on our promise to launch an open, fair and transparent competitive process to replace Canada's fighter fleet with 88 advanced fighter jets, and we are making great progress
- My department is working with the Department of National Defence, the Royal Canadian Air Force, and Innovation, Science, and Economic Development on next steps for the process and I look forward to that decision
- We will continue to keep Canadians abreast of our progress when information is available to share
Key data points
- Competition launched to replace Canada’s fighter fleet with 88 advanced jets in December 2017
- Proposals received from all 3 eligible suppliers
- Swedish Government (SAAB AB)
- United States Government (Lockheed Martin Corporation)
- United States Government (Boeing) on July 31, 2020
- Canada announced that the Swedish Government (SAAB AB) and the United States Government (Lockheed Martin Corporation) were eligible for the next phase of the procurement process on December 1, 2021
- On March 28, 2022, following a rigorous evaluation of the 2 remaining eligible proposals, Canada announced it would enter into the finalization phase of the procurement process with the top-ranked bidder United States Government (Lockheed Martin)
- Canada continues to work towards a contract award in 2022, with delivery of aircraft as early as 2025
Background
In June 2017, Canada’s defence policy: Strong, Secure, Engaged confirmed a fleet size of 88 advanced fighter aircrafts to replace the current CF-18s. The government launched a procurement process for the future fighter aircraft in December 2017. Officials conducted extensive industry engagement with suppliers to maximize the likelihood that Canada received competitive proposals, and with Canadian industry to ensure that they were well positioned to participate in the procurement.
An independent fairness monitor is overseeing the entire process, to ensure a level playing field for all bidders. An independent third-party reviewer was also engaged to assess the quality and effectiveness of the procurement approach.
In July 2019, the request for proposal was issued to the eligible suppliers.
On July 31, 2020, the bid solicitation phase closed; proposals were received from all 3 remaining eligible suppliers and the process entered the bid evaluation phase.
On December 1, 2021, Canada announced that, following evaluation of the proposals, 2 bidders—Swedish Government and SAAB AB; and the United States Government (Lockheed Martin Corporation)—remained eligible under the future fighter capability project competitive procurement process and that it would be finalizing its selection for the next step of the process, which could involve proceeding to negotiations with the top-ranked bidder or entering into a competitive dialogue with both remaining bidders.
On March 28, 2022, following a rigorous evaluation of the 2 remaining eligible proposals, Canada announced it would enter into the finalization phase of the procurement process with the top-ranked bidder United States Government (Lockheed Martin).
During the finalization phase, United States Government (Lockheed Martin) must successfully demonstrate that the resulting contracts would meet all of Canada’s requirements and outcomes, including value for money, flexibility, protection against risks, and performance and delivery assurances, as well as high value economic benefits for Canada’s aerospace and defence industry.
The Government of Canada continues to work towards a contract award in 2022, with delivery of aircraft as early as 2025.
Strategic tanker transport capability project
Key messages
- The government is advancing work to replace Canada's CC-150 Polaris, which included an open and transparent competition
- We are currently working with the qualified supplier to develop a costed proposal for mid-2022
- Concurrently, work is underway to asses complementary options, notably the purchase of used aircraft to maximize value for money that could see some replacement aircraft delivered on an accelerated timeframe
Key data points
- February 12, 2021, an invitation to qualify was published
- April 1, 2021, the result was published with Airbus Defence and Space SA of Madrid, Spain as the sole qualified supplier
- A directed request for proposal to Airbus Defence and Space SA was sent to Airbus on May 13, 2022; the resulting costed proposal is requested on July 29, 2022
Background
In June 2017, the Government of Canada articulated within the strategic vision of Canada’s new defence policy: Strong, Secure, Engaged (SSE) that Canada needs an agile, multi-purpose, combat-ready military. In response to SSE initiative #47, the strategic tanker transport capability (STTC) project is the means to recapitalize the next generation strategic air-to-air tanker-transport capability, and replace the CC-150 Polaris fleet.
Aligning with the SSE requirement to enhance interoperability with Canada’s allies, the minister of National Defence has a mandate to renew Canada’s strong commitment to the North American Aerospace Defence Command (NORAD) and the North Atlantic Treaty Organization (NATO), acting in multiple theatres simultaneously, while also bolstering disaster relief, search and rescue, contributing to peace operations and capacity building. The STTC platform will be equipped to support and contribute to these renewed commitments through delivery of air-to-air refueling of Canadian, allied and coalition aircraft, strategic Government of Canada transport, aeromedical evacuation, personnel and equipment transport.
Military pistol procurement
Key messages
- The Government of Canada is committed to modernizing its military equipment to support the Canadian Armed Forces and keep Canadians safe
- Small arms are critical tools for the success of Canadian Armed Forces training and operations
Key data points
- A request for proposal for the acquisition of 7,000 pistols, plus options to acquire up to 9,500 additional pistols, was issued in February 2022
- The request for proposal closed on April 19, 2022
- The bid evaluation process including shooting trials of proposed pistols is currently planned to be completed by end of August 2022
Background
The current Browning High-Power 9mm pistol has been in use across the Canadian Armed Forces for 70 years. Due to serviceability and reliability issues, the Browning pistol needs to be replaced.
A request for proposal was published on May 3, 2021 and 2 complaints were filed with the Canadian International Trade Tribunal by Rampart International Corporation, the Canadian distributor of a pistol made by Glock, an Austrian company.
On November 10, 2021, the Canadian International Trade Tribunal found the last complaint valid in part, and recommended, as a remedy, that Public Services and Procurement Canada (PSPC) cancel the pistol solicitation and issue a new solicitation.
In light of the tribunal’s recommendation and the reasons provided, PSPC has decided to cancel this solicitation and worked with the Department of National Defence to issue a follow-up solicitation that would address the tribunal’s concerns.
Remotely piloted aircraft systems
Key messages
- The government is committed to ensuring that members of the Canadian Armed Forces have the equipment they need to do their jobs and protect Canadians, while maximizing economic benefits for the country
- Canada conducted extensive engagement with the qualified suppliers to refine the requirements and a fairness monitor has been engaged
- The formal request for proposal was released on February 11, 2022, and the contract award is anticipated by 2024. The request for proposal is scheduled to close in August 2022
Key data points
- In May 2019, Canada established a list of qualified suppliers that demonstrated their ability to meet Canada’s needs
- The winning contractor will commit up to 5% of the contract value to support Indigenous benefits in Canada
Background
In June 2017, Canada committed to acquiring remotely piloted aircraft systems as part of Canada’s defence policy: Strong, Secure, Engaged. These aircraft will be integrated into a network of intelligence, surveillance and reconnaissance systems to enable near real-time flow of information essential to the Canadian Armed Forces operations. The aircraft will be piloted by certified Canadian Armed Forces pilots from a remote location and will be capable of carrying and launching precision-guided munitions.
This is a multi-phased procurement. As part of the initial phase, Canada established, in May 2019, a list of qualified suppliers that demonstrated their ability to meet Canada’s need, as defined in the invitation to qualify. The qualified suppliers are L3 Technologies MAS Inc., and the United States Government and General Atomics Aeronautical Systems, Inc. This group of qualified suppliers have been engaged to provide feedback to government, most recently through the release of a draft request for proposal in November 2020. Benefiting from that feedback, the formal request for proposal was released. On May 20, 2022, L3 technologies MAS Inc. has informed Canada of its decision to officially withdraw from the competition. Therefore, L3 Technologies MAS Inc is no longer an eligible supplier in the competitive process and will not be invited to submit a proposal.
To support Indigenous procurement objectives, the qualified suppliers will have to provide a draft Indigenous participation plan with their proposal. This plan will detail how the winning contractor will identify the affected Indigenous communities and consult/engage with them, in collaboration with Canada, to obtain long-term, meaningful and sustainable benefits. The winning contractor will also commit up to 5% of the contract value to support Indigenous benefits in Canada. The contractor will be required to finalize its plan no later than 6 months after contract award and will also be required to regularly report on progress in the area of Indigenous participation and deliverables set-out in their plan.
A fairness monitor is engaged to oversee and report on the openness and fairness of the entire procurement process. Once the procurement is completed the fairness monitor’s report will be published.
Kingfisher Search and Rescue Aircraft
Key messages
- Canada is building a more agile, better-equipped military, while ensuring the best value for Canadians
- While operationalization of the aircraft for the fixed wing search and rescue project will take more time than originally anticipated, Canada expects to remain within the project’s approved budget
- The firm, fixed-price contract protects Canada from cost overruns for work defined in the contract and incentivizes the contractor to minimize further delays
Note
All questions related to initial and full operational capabilities, capability gap, security, interoperability requirements and costs should be answered by the minister of National Defence
Key data point
- As of May 27, 2022, 10 of 16 aircraft and all training devices have been accepted
Background
On December 1, 2016, the government awarded a contract to Airbus Defence and Space to procure new fixed-wing search and rescue aircraft and systems. This contract was awarded following a fair, open and transparent and competitive procurement process, to replace Canada’s Buffalo and Hercules aircraft.
Extensive industry consultations were conducted throughout this capability-based procurement. A value proposition for both the aircraft procurement and the maintenance contracts was used to foster business opportunities for companies in Canada, through the application of Canada’s Industrial and Technological Benefits Policy.
On December 18, 2019, the government accepted the first aircraft in Spain. On September 17, 2020, the first operational aircraft arrived in Comox, British Columbia.
On May 4, 2022, the Department of National Defence announced delays in the fixed-wing search and rescue project. The CC295 Kingfisher fleet of aircraft, that will eventually replace existing search and rescue aircraft, still require significant work, tests, and trials before entering into Royal Canadian Air Force service. As a result, initial operational capability has been delayed from 2022 to 2025 to 2026.
The new fleet of modern aircraft is equipped with technologically advanced systems and will be able to perform in Canada’s harsh search and rescue environment; one of the most challenging and diverse landscapes in the world.
Cormorant mid-life upgrade contract
Key messages
- The government is committed to ensuring that members of the Canadian Armed Forces have the equipment they need to do their jobs and protect Canadians
- This contract will:
- extend the life of the Royal Canadian Air Forces' 14 active CH149 Cormorant helicopters until at least 2042
- augment the fleet by at least 2 additional helicopters
- improve aircrew training by procuring a flight simulator
- Leonardo, the original equipment manufacturer of the helicopter, will be the prime contractor for the helicopter upgrade, however a large portion of the work will be sub-contracted to IMP Group Limited in Enfield, Nova Scotia
Key data point
- None
Background
The Cormorant mid-life upgrade project is a Strong, Secure, Engaged priority, and part of initiative 55—sustaining domestic search and rescue capability, and contributing to one of the Royal Canadian Air Force’s core missions.
The Department of National Defence has a requirement to sustain an all-weather rotary wing search and rescue capability at 4 main operating bases located in:
- Comox, British Colombia
- Trenton, Ontario
- Greenwood, Nova Scotia
- Gander, Newfoundland and Labrador
The Cormorant mid-life upgrade project will address obsolescence, regulatory and training requirements until at least 2042.
Fifteen helicopters were purchased following a competitive procurement process. The final helicopter was delivered to Canada in 2003. Since then, the helicopter fleet size has been reduced to 14 due to attrition.
The fleet has been outstanding in covering the required range and providing the cabin capacity necessary to successfully deliver search and rescue in a country the size of Canada, often flying in very harsh environments which include demanding icing conditions.
IMP Group Limited is the contractor for in-service support and the contract is currently being extended until July 31, 2024.
On May 24, 2018, a letter of notification was published on the buyandsell.gc.ca website detailing Canada’s intent to proceed with a sole source contract with Leonardo for the helicopter upgrade and a flight simulator.
Negotiations with Leonardo are currently in progress with the intent of issuing a contract by the end of the 2022.
Note
- All questions related to capability and costs should be referred to the Minister of National Defence
- All questions related to the Industrial and Technological Benefits Policy should be referred to the minister of Innovation, Science and Industry
Document navigation for "Standing Committee on Government Operations and Estimates: June 10, 2022"
- Date modified: