Imaged Capillary Electrophoresis System

Solicitation number 23_58119

Publication date

Closing date and time 2023/10/11 14:00 EDT

Last amendment date


    Description

    Advance Contract Award Notice (ACAN)

    [23_58119]

    [Imaged Capillary Electrophoresis System]

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    2. Definition of the requirement
    The National Research Council Canada has a requirement for an imaged capillary electrophoresis system (which must meet all of the mandatory technical requirements as specified below). This instrument is required to perform analysis of charge distribution and size-distribution in biologically derived samples that are being developed as human therapeutics by Canadian industrial partners and internal projects. This charge and size distribution analysis is necessary for characterizing sample similarity (lot-to-lot, biosimilars), purity and for long term stability. The requirements for the imaged capillary electrophoresis system must include all of the following:
    (a) Must do charge-based (icIEF) and size-based separations (CE-SDS).
    (b) The imaging detector must measure by absorbance and fluorescence
    (c) The autosampler must inject samples from vials and do on-board mixing immediately before injection.
    (d) Waste must be self-contained in the instrument.
    (e) The system must include software that controls the instrument, processes data and generates reports
    (f) The Contractor must provide installation;
    (g) Manuals;
    (h) Training
    (i) Maintenance and Support Services
    (j) Optional Extended Warranty

    Section (a) – Technical Requirements for the imaged capillary electrophoresis system

    (1) The capillary electrophoresis system must do imaged cIEF analysis and CE-SDS analysis on the same instrument;

    (2) The autosampler must do on-board mixing immediately before injection. Since some samples are not stable in the necessary reagent mix, this feature is essential to deliver truly automated sample preparation and injection for reproducible and valid results for unstable samples;

    (3) All waste from the analyses must be self-contained in a closed system in the instrument. A feature that permits us to safely handle requests for analysis of BSL2 samples;

    (4) The imaging detector must measure by both absorbance and fluorescence

    (5) The autosampler must inject samples from vials

    (6) Power supply Requirements:
    1. 100-240V AC;
    2. 50-60 Hz;

    (7) The Contractor must meet all applicable Canadian Standard Association (CSA) or Underwriters' Laboratories of Canada (ULC) standards.

    Section (b) – Software Requirements:

    1. The software must control the instrument for acquisition of data
    2. The software must process data to report electropherograms and peak areas for icIEF and CE-SDS analyses as well as pI for icIEF analyses and apparent Mw for CE-SDS analyses.
    3. The software must export data to excel or csv compatible format;
    4. The software must export reports in PDF format;

    Section (c) – Installation:

    The Contractor must deliver, install, integrate, and configure all deliverables at the location specified in the Contract.
    The Contractor must unpack, assemble, and install the deliverables at the site. If applicable, this includes but is not limited to the provision of required moving and installation resources, packing material, vehicles, cranes, personnel, and floor protection panels.
    The Contractor must supply all associated materials required to effect complete installation, integration and configuration of the deliverables at the site. This must include but not be limited to such things as all the required power connectors, cables, and any other accessories required to install, integrate and configure the deliverables.
    Upon successful completion of the installation, integration and configuration of the deliverables, the Contractor must provide the Technical Authority with written notification that the deliverables are ready for testing.
    The Contractor must maintain all work areas at the installation site(s) in a clean and tidy condition on completion of each day’s work and on completion of acceptance, including the removal and disposal of all related packing material.

    The Contractor must begin installation within fourteen calendar days of delivery and must complete the installation within two calendar days from the installation start date.

    Section (d) - Manuals

    The Contractor must deliver 1 complete set of Documentation, in English and French with the deliverables.
    This documentation must include all publications pertaining to technical specifications, installation requirements and operating instructions.

    Section (e) - Training
    The Contractor must provide onsite training to the Client in English (and French if required by the client) for the following audience:
    End User (up to 5): Training must include operation and manipulation of the equipment. The training should include but not be limited to product functionality, product features and limitations. The Contractor must deliver the on-site training within two calendar days of installation.

    Section (f) Maintenance and Support Services

    The Contractor must provide Maintenance and Support Services of the system in accordance with supplemental general conditions 4001 (2015-04-01), Hardware Purchase, Lease and Maintenance.

    Section (g) – Optional Equipment Options

    The requirement also includes the option to purchase the following additional deliveries on an as and when requested basis. The Contractor shall provide a list of upgradable features. The contractor shall grant Canada the irrevocable option to purchase these upgradable features within one year of the initial contract award.

    Section (h) – Option to purchase extended warranty

    The Contractor grants the NRC the irrevocable option to extend the manufactures warranty by an additional year. The extended warranty includes parts, labour and one annual preventive maintenance visit.
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    1. The capillary electrophoresis system must do imaged cIEF analysis and CE-SDS analysis on the same instrument;

    2. The autosampler must do on-board mixing immediately before injection. Since some samples are not stable in the necessary reagent mix, this feature is essential to deliver truly automated sample preparation and injection for reproducible and valid results for unstable samples;

    3. All waste from the analyses must be self-contained in a closed system in the instrument. A feature that permits us to safely handle requests for analysis of BSL2 samples;

    4. The imaging detector must measure by both absorbance and fluorescence

    4. Applicability of the trade agreement(s) to the procurement
    This procurement is subject to the following trade agreement(s)
    o Canadian Free Trade Agreement (CFTA)
    o Revised World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    o Canada-Chile Free Trade Agreement (CCFTA)
    o Canada-Colombia Free Trade Agreement
    o Canada-Honduras Free Trade Agreement
    o Canada-Korea Free Trade Agreement
    o Canada-Panama Free Trade Agreement
    o Canada-Peru Free Trade Agreement (CPFTA)
    o Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA)
    o Canada-Ukraine Free Trade Agreement (CUFTA)
    5. Justification for the Pre-Identified Supplier
    Protein Simple (BioTechnie) is the only source of supply that uniquely provides all minimal essential requirements as per section 3.
    6. Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    7. Exclusions and/or Limited Tendering Reasons
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    a. Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    b. World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XIII (b) (iii): due to an absence of competition for technical reasons;
    c. Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article 19.12 (b) (iii): due to an absence of competition for technical reasons;
    d. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10 (2) (b) (iii): due to an absence of competition for technical reasons;
    e. Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-16 (2) (c): necessary to protect intellectual property;
    f. Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    g. Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    h. Canada-Korea Free Trade Agreement – referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;
    i. Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
    j. Canada-Peru Free Trade Agreement (CPFTA) –Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    k. Canada-Ukraine Free Trade Agreement (CUFTA) – Annex 10-6 (2) (a): any form of preference, including set asides, to benefit micro, small and medium enterprises; and
    l. Canada-United Kingdom Trade Continuity Agreement: refer to CETA as the provisions of CETA are incorporated by reference into and made part of this Agreement. (CETA) Article 19.12 (b) (iii).
    8. Period of the proposed contract or delivery date
    The equipment must be delivered within 16 weeks of the confirmation of order.
    9. Name and address of the pre-identified supplier
    ProteinSimple
    3001 Orchard Parkway
    San Jose, CA 95134
    10. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    11. Closing date for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is October 11th, 2023 at 2:00 pm EDT.
    12. Inquiries and submission of statements of capabilities
    Name : Jonathan Soles
    Title: Contracting Authority
    Telephone: 343-548-9258
    Email : Jonathan.Soles@nrc-cnrc.gc.ca

    Contract duration

    The estimated contract period will be 5 month(s).

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    National Research Council Canada
    Address

    1200 Montreal Road

    Ottawa, Ontario, K1A 0R6
    Canada
    Contracting authority
    Jonathan Soles
    Phone
    (343) 548-9258
    Email
    Jonathan.soles@nrc-cnrc.gc.ca
    Address

    1200 Montreal Road M55

    Ottawa, Ontario, K1A 0R6
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    World
    Contract duration
    5 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable