SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, October 19 from 9:00pm until Sunday, October 20 12:59am (EDT) 

IRMS and Peripherals for the Jan Veizer Core Facility

Solicitation number 44404-2A,3A,4A,9A-RFP

Publication date

Closing date and time 2024/10/22 15:00 EDT

Last amendment date


    Description
    THE DELIVERABLES:

    Four (4) Isotope Ratio Mass Spectrometry (IRMS) and three (3) preparative peripherals (“the Equipment”) will be purchased to upgrade the analytical and scientific capabilities of the Jan Veizer Laboratory (uOttawa).

    General Description:

    The IRMS instrument and peripherals are critical to upgrading the Jan Veizer Laboratory analytical platform. The current IRMS systems are 20+ years old (obsolete) and requires considerable effort to maintain. 
     
    The Jan Veizer Laboratory has an excellent international and scientific reputation. It offers a wide range of stable isotope analysis in the Earth and Environmental Science at competitive internal and external prices, with dedicated staff offering the best service possible.
     
    The recommended IRMS systems are state-of-the-art with efficient, flexible, and advanced automated sample preparation peripherals.

    System 1: Gas Chromatography + IRMS.  Complete system for analysis of hydrocarbon alkanes from C1 to C5 for 13C, 2H and 15N.  Split/splitless injector, cooling oven.  This system is adaptable to measure other organic compound-specific isotope assays (e.g. amino and fatty acids, pollutants).

    System 2: High-Temperature Elemental Analyser with IRMS. Complete system for analysis of solids for D, N, C, S, O. Includes dual-inlet for handling toxic gases (CO, H, SO2), 10 sample manifold and automated tube-cracker, collector system for simultaneous SO-SO2.

    System 3: Gas vial (12 ml) headspace autosampler with IRMS. Complete system for headspace CO2 (waters, carbonates), N2O (nitrates),  H2 (water) and O2 (air, soil gas) for D, N, C, O.  Collectors for simultaneous N2-O2-Ar.  Heated autosampler tray (50-100 position) is required for carbonates.  Multiple automated headspace injections, cryogenic focusing traps.

    System 4: IRMS.  Complete IRMS system with interface for D and universal collector (NCSO).  To be compatible with existing Elemental Analyser (Elementar Vario Cube).

    Bidders are encouraged to include a Trade In value of the Jan Veizer Laboratory current equipment in their proposal; see list included within the tender package (Appendix C-3: Trade-In Offer Form).

    Mandatory Requirements:

    1. The proposal must include all Equipment, software, and services listed in this proposal (turn-key solution).

    2. SYSTEM 1:  Gas Chromatograph (GC) + Interface + Isotope Ratio Mass Spectrometry (IRMS)

    2.1 IRMS must include a collector configuration for D, N, C, O, and S (universal + HD). The solution must also include switchable collector resistors allowing for enriched work (a factor of x30 on resistors). 
    2.2 Must include all necessary software licenses to run the IRMS and peripherals. The software must be provided for a minimum of 5 years.
    2.3 All software must be compatible with Windows; and Windows must be included with the provided desktop computer.
    2.4 Must include a desktop capable of running all necessary software, the IRMS and peripherals. All peripherals for the computer must also be included (monitor, keyboard, etc).
    2.5 Linearity for IRMS must be better than or equal to 0.02 permil/nA for N and C, and better than or equal to 0.04 for O and S; except for HD applications.
    2.6 H3+ factor must be less than or equal to 8 ppm/nA
    2.7 Must be able to export data in Excel format recognized by the  United States Geological Survey ( USGS ) Light Isotope Management System  (LIMS).
    3. Gas Chromatograph + interface
    3.1 Must be a complete GC system, including a split/splitless injector  (capable of both functionalities) and a GC column for Alkanes (C1 to C5).
    3.2 Must include a sampling kit for valve and/or natural gas (direct loop injection).
    3.3 Must include oven cryogenic capabilities with a temperature control range between -30 to 400C, or better.
    3.4 Must include a nitrogen kit (i.e., automated system droping tubing into liquid nitrogen).
    3.5 Must include combustion and pyrolisis configurations for alkanes.
    3.6 Must include interface between IRMS and GC system (reference gas injections, dilutions, etc.).
    3.7 Must be able to analyse 100ppm of methane for C.
    4. Other Requirements
    4.1 All systems must include manuals, electronic schematics, on-site training and installation.
    4.2 Must include a minimum of one (1) year warranty on parts and labor.
    4.3 Proponent must be capable of providing up to a total of 5 years of warranty. 
    4.4 All applicable components must be Canadian Standards Association (CSA) and Electrical Safety Authority (ESA) approved by the winning proponent prior to installation; or accepted equivalent.
    4.5 All components proposed must be new. Refurbished instruments/components will not be accepted.
    4.6 All installed systems must be either 110V or 230V, or capable of achieving said voltage with the use of a transformer.

    5. SYSTEM 2:  Elemental Analyser (EA) + Interface + IRMS 
    5.1 IRMS must include a collector configuration for D, N, C, O, and S. For S, IRMS must include collectors to measure SO andSO2 simultaneously. The solution must also include switchable collector resistors allowing for enriched work (a factor of x30 on resistors). 
    5.2 Must include all necessary software licenses to run the IRMS and peripherals. The software must be provided for a minimum of 5 years.
    5.3 All software must be compatable with Windows; and Windows must be included with the provided desktop computer.
    5.4 Must include a desktop computer capable of running all necessary software, the IRMS and peripherals. All peripherals for the computer must also be included (monitor, keyboard, etc).
    5.5 Linearity for IRMS must be better than or equal to 0.02 permil/nA for N, C, and better than or equal to 0.04 for O, S; except HD.
    5.6 For HD, Must have a H3+ factor less than 8 ppm/nA
    5.7 Must be able to export data in Excel format recognized by USGS LIMS.
    5.8 The proposed solution must consist of a dual Inlet system with a  change over valve included.
    5.9 Must include a manifold consisting of a minimum of 10 sample ports.
    5.10 Must include differential pumping or justify absence.
    6. Elemental Analyser + interface
    6.1 The proposed solution must include a Complete Elemental Analyser system for NCS(1150C)-OH(1450C).
    6.2 Must be capable of analyzing 60mg samples with 25 mm quartz tubes in NCS mode.
    6.3 Must be functional as a stand alone unit without requiring IRMS software.
    6.4 Must include interface between IRMS and EA system (reference gas injections, dilutions, etc...)
    6.5 Must include one or more sample carousels amounting to a minimum of 80 positions.
    7. Other Requirements
    7.1 All systems must include manuals, electronic schematics, training and installation.
    7.2 Must include a minimum of one (1) year warranty on parts and labor.
    7.3 Proponent must be capable of providing up to a total of 5 years of warranty. 
    7.4 All applicable components must be Canadian Standards Association (CSA) and Electrical Safety Authority (ESA) approved by the winning proponent prior to installation; or accepted equivalent.
    7.5 All components proposed must be new. Refurbished instruments/components will not be accepted.
    7.6 All installed systems must be either 110V or 230V, or capable of achieving said voltage with the use of a transformer.

    8. SYSTEM 3:  Head space sampler + Interface + IRMS 
    8.1 IRMS must include a collector configuration for D, N, C, O, and S. Including collectors for analyzing 40/36, 32/33/34 and 28/29 simultaneously. The solution must also include switchable collector resistors allowing for enriched work (a factor of x30 on resistors). 
    8.2 Must include all necessary software licenses to run the IRMS and peripherals. The software must be provided for a minimum of 5 years.
    8.3 All software must be compatable with Windows; and Windows must be included with the provided desktop computer.
    8.4 Must include a desktop computer capable of running all necessary software, the IRMS and peripherals. All peripherals for the computer must also be included (monitor, keyboard, etc).
    8.5 Linearity for IRMS must be better than or equal to 0.02 permil/nA for N, C, and better than or equal to 0.04 for O, S; except HD.
    8.6 For HD, H3+ factor must be less than 8 ppm/nA.
    8.7 Must be able to export data in Excel format recognized by USGS LIMS.
    8.8 Must include differential pumping or justify absence.
    9. Head space sampler + interface
    9.1 Must include complete Head space sampler system to sample air, carbonates, waters and nitrates for HD, C, O, N, Ar.  The system must use a 12ml exatainner set up or accepted equivalent by the University.
    9.2 Must include an autosampler for automatic analysis.
    9.3 Must be able to cryogenically trap or purify CO2 or N2O.
    9.4 Must include a thermostated tray (or two trays) of at least 150 positions combined that is regulated at 0.1C or better.
    9.5 Must include interface between IRMS and Head Sampler (reference gas injections, dilutions, etc...).
    9.6 Must include at least 100 Platinum catalysts sticks for H2.
    10. Other Requirements
    10.1 All systems must include manuals, electronic schematics, training, installation.
    10.2 Must include a minimum of one (1) year warranty on parts and labor.
    10.3 Proponent must be capable of providing up to a total of 5 years of warranty. 
    10.4 All applicable components must be Canadian Standards Association (CSA) and Electrical Safety Authority (ESA) approved by the winning proponent prior to installation; or accepted equivalent.
    10.5 All components proposed must be new. Refurbished instruments/components will not be accepted.
    10.6 All installed systems must be either 110V or 230V, or capable of achieving said voltage with the use of a transformer.

    11. SYSTEM 4:  Interface + IRMS 
    11.1 IRMS must include a collector configuration for D, N, C, O, and S.  The solution must also include switchable collector resistors allowing for enriched work (a factor of x30 on resistors). 
    11.2 Must include all necessary software licenses to run the IRMS and peripherals. The software must be provided for a minimum of 5 years.
    11.3 All software must be compatible with Windows; and Windows must be included with the provided desktop computer.
    11.4 Must include a desktop computer capable of running all necessary software, the IRMS and peripherals. All peripherals for the computer must also be included (monitor, keyboard, etc).
    11.5 Linearity for IRMS must be better than or equal to 0.02 permil/nA for N, C, and better than or equal to 0.04 for O, S; except HD.
    11.6 Must have a H3+ factor of less than 8 ppm/nA.
    11.7 Must be able to export data in excel format recognized by USGS LIMS.
    12. Interface
    12.1 Must include interface between IRMS and EA system (reference gas injections, dilutions, etc...).
    12.2 The proposed solution must be compatible with Elementar Vario Cube; as they will be interfaced. Additionally, the proposed solution must have remote start capabilities.
    13. Other Requirements
    13.1 All systems must include manuals, electronic schematics, training, installation.
    13.2 Must include a minimum one (1) year warranty on parts and labor.
    13.3 Proponent must be capable of providing up to a total of 5 years of warranty. 
    13.4 All applicable components must be Canadian Standards Association (CSA) and Electrical Safety Authority (ESA) approved by the winning proponent prior to installation; or accepted equivalent.
    13.5 All components proposed must be new. Refurbished instruments/components will not be accepted.
    13.6 All installed systems must be either 110V or 230V, or capable of achieving said voltage with the use of a transformer.

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2025/04/30.

      Trade agreements

      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      • Please refer to tender description or tender documents

      Partner with another business

      The functionality to add your company name to the list of interested businesses is temporarily unavailable.

      This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

      Contact information

      Contracting organization

      Organization
      University of Ottawa
      Address
      550 Cumberland Street
      Ottawa, Ontario, K1N 6N5
      Canada
      Contracting authority
      Owen Bouley
      Phone
      613-562-5800 x3966
      Email
      obouley@uottawa.ca
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      Eligibility and terms and conditions

      Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

      Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

      Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

      Summary information

      Language(s)
      English
      Procurement method
      Competitive – Open Bidding

      Support for small and medium businesses

      If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

      Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

       

      Date modified: