Drug Testing

Solicitation number 21120-146603/A

Publication date

Closing date and time 2013/12/20 14:00 EST

Last amendment date


    Description
    Please download the PDF at the bottom of the page to see the tables.
    ------------------------------
    1.	Advance Contract Award Notice
    
    An Advance Contract Award Notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract/issue a standing offer for goods, services or construction to a pre-identified supplier/offeror, thereby allowing other suppliers/offerors to signal their interest in bidding, by submitting a statement of capabilities. If no supplier/offeror 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/offeror. 
    
    2.	Definition of the requirement
    
    Commercial testing laboratories services are required to provide drug urinalysis for Correctional Service Canada (CSC) for an initial period of three (3) years, for the period from March 1, 2014 to February 28, 2017 and two (2) optional one (1) year extensions. Expert Testimony and Technical Support services are also required.
    
    The Urinalysis Program, as part of the Corrections and Conditional Release Act (CCRA) and Regulations (CCRR) is designed to assist CSC in contributing to institutional and public security and safety by detecting and deterring usage of intoxicants by offenders in correctional facilities and in the community. The Urinalysis Program is intended to supplement, not replace, other means by which an inmate or offender’s use of illicit substances can be detected and deterred. The purpose of this requirement is to assure that the testing of urine specimens provided by inmates and offenders is performed in an accurate, secure and timely manner.
    
    The requirement is limited to Canadian goods and/or services.
    
    3.	Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
    
    Any interested Offeror must demonstrate by way of a statement of capabilities that it meets the following five (5) Minimum Essential Requirements (MER):
    
    MER 1: The Offeror must provide a copy of the certificate or a signed letter from the Substance Abuse and Mental Health Services Administration (SAMHSA) under the direction of the Research Triangle Institute (RTI) stating that the Offeror holds a valid accreditation from SAMHSA.
    
    MER 2: The Offeror must provide its Standard Operating Procedures for the seven drug classes specified in Group 1, alcohol in Group 2, volatiles in Group 3 and LSD in Group 4:
    
    •	GROUP 1 - Drugs
    
    Drugs to be screened by a recognized immunoassay technique and confirmed by gas chromatography / mass spectrometry (GC/MS) or liquid chromatography-mass spectrometry/mass spectrometry (LC-MS/MS) technique 
    
    
    CLASS OF DRUGS	CUT-OFF LEVEL
    (ng/mL)	DRUG / METABOLITE NAME
     	Screening	Confirmation	 
    THC
    (Cannabinoids)	50	15	11-nor-delta-9-THC-9- carboxylic acid
    Cocaine	150
    (Benzoylecgonine)	100
    (Benzoylecgonine)	Benzoylecgonine
    Opiates	300
    
    
    
    300
    (as morphine or codeine equivalents)
    
    10	300
    
    
    
    300
    
    
    
    10	Morphine
    Codeine
    
    
    Hydrocodone
    Hydromorphone
    Oxycodone
    
    (6-monoacetyl morphine)
    
    Methadone	100	100	Methadone metabolite (EDDP)
    Phencyclidine	25	25	Phencyclidine (PCP)
    Amphetamines	500
    (methamphetamine equivalents)	250
    (as amphetamine and/or methamphetamine + 100 ng/ml)	d, l-Amphetamine 
    d, l-Methamphetamine
    MDMA/MDA/MDEA
    Benzodiazepines	100
    (as nitrazepam equivalents)	50	Oxazepam
    Temazepam
    Nordiazepam
    
    Alprazolam
    Lorazepam
    Triazolam
    
    Bromazepam
    Flurazepam
    Clonazepam
    
    •	GROUP 2 - Alcohol
    
    To be screened by an enzyme technique and confirmed by Gas Chromatography (GC)
    
    CLASS OF DRUGS	CUT-OFF LEVEL
    (ng/mL)	DRUG / METABOLITE NAME
     	Screening	Confirmation	 
    Alcohol	20	20	Ethyl alcohol (ethanol)
    
    •	GROUP 3 – VOLATILES
    
    Volatile testing must exceed the following reporting limit:
    
    Volatile Solvent	Reporting Limit (µg/L)
    Acetone	5000
    Butanone (Methyl Ethyl Ketone)	500
    Chloroform	10
    Chloroethane (ethyl chloride)	20
    1,4-Dichlorobenzene	20
    Dichloromethane	50
    1,2-Dichloropropane	10
    Diethyl ether	100
    Ethyl acetate	100
    Hexane	200
    Toluene	20
    Methyl isobutyl ketone (MIBK)	500
    Methyl tert-butyl ether	20
    Trichloroethylene	10
    1,1,1-trichloroethane	10
    Tetrachloroethylene	10
    Tetrachloromethane 
    (Carbon tetrachloride)	10
    1,1,1,2-tetrachloroethane	10
    o-Xylene	10
    m+p-Xylene	10
    
    •	GROUP 4 – Lysergic Acid Diethylamide (LSD)
    
    The screening cut off level is at 0.2 ng/mL and confirmation cut-off level is 0.1ng/mL.
    
    MER 3: The Offeror must provide two examples of litigation packages that would be provided to a legal hearing or court system demonstrating the steps in the process of drug testing from specimen collection to the final report. One example package provided must be for a normally concentrated urine specimen positive for a drug or drugs and the second example package must be provided for a dilute urine specimen (as defined in the CSC dilution protocol) positive for a drug or drugs.
    
    Correctional Service of Canada dilution protocol:
    
    Review of the CSC Urinalysis Program demonstrates that intentional dilution and / or adulteration of urine specimens is a significant problem. The Offeror  is required to screen all urine specimens for dilution by creatinine analysis using the SAMHSA Guidelines creatinine cut-off concentration. 
    
    Whenever the urine creatinine concentration is < 20 mg/dL, these urine specimens are then tested for specific gravity. If the specific gravity result is >1.003, the specimen is treated as a non-dilute specimen. If the specific gravity is less than or equal to 1.003, the laboratory must proceed in the following “dilution protocol” manner.
    
    Screening for cannabinoids in dilute specimens will be by a commercial immunoassay with a screening cut-off value of 20 ng/mL. Other drugs listed in the attached table are to be screened by an immunoassay method. The confirmatory cut-off values for each drug or metabolite will be the validated limit of quantitation (LOQ) for that drug of metabolite by GC/MS analysis as stated, or at the values shown in the table.  Every GC/MS assay has to have a calibrator at LOQ or 40% of the normal cut-off concentration.
    
    Technical changes may occur to the cut-off values and will be reflected in the Commissioner’s Directives throughout the course of the Requirement.
    
    Screening – Confirmation LOQ*
    (ng/ml)
     
    Amphetamine100	100
    Benzodiazepine50	50
    Cannabinoid (THC)20	6
    Cocaine15	15
    Methadone50 	50
    Opiates120	120
    Phencyclidine5	5
    
    *	The confirmation LOQ numbers are subject to change upon method revalidation.
    
    MER 4: The Offeror must confirm that all testing will be conducted at a single laboratory site and specify the laboratory site.
    
    MER 5: The Offeror must certify that all senior laboratory staff (at the level of a Responsible Person or Alternate Responsible Person (as defined by SAMHSA)) must be working at least 75% of the time (0.75 FTE) at the single laboratory site.
    
    4.	Applicability of the trade agreement(s) to the procurement
    
    This procurement is subject to the Agreement on Internal Trade (AIT).
    
    This procurement consists of services which are excluded from the application of the North American Free Trade Agreement (NAFTA) as per Annex 1001.1b-2, Class H3, Inspection Services (incl. Commercial testing and laboratory services except medical/dental), subclass H300C – Commercial Testing Laboratory Services, and for protecting public order reasons under the World Trade Organization – Agreement on Government Procurement (WTO-AGP) (Article XXIII, Paragraph 2).
    
    5.	Comprehensive Land Claims Agreement(s)
    
    This procurement is subject to the following Comprehensive Land Claims Agreements (CLCA) as a portion of the Work will be delivered or conducted within CLCA areas:
    - Tlicho Land Claims; &
    - Nunavut Land Claims 
    
    6.	Justification for the Pre-Identified Offeror
    
    The CSC urinalysis program requires that all testing be performed according to rigorous forensic standards as found in a forensic toxicology laboratory. CSC has mandatory performance specifications that must be met: the SAMHSA certification. Any laboratory bidding to offer this service must have SAMHSA certification at the time of Offer submission.
    Gamma-Dynacare Medical laboratories is the only known SAMHSA certified lab in Canada at this time (see the Federal Register Vol. 78, No 173 dated September 6, 2013).
    
    7.	Government Contracts Regulations Exception
    
    The following exceptions to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work".
    
    8.	Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    o	Agreement on Internal Trade (AIT): “Where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.”
    
    9.	Period of the proposed Standing Offer
    
    The proposed initial period of the Standing Offer is three years, from March 1, 2014 to February 28, 2017 and two (2) optional one (1) year extensions.
    
    10.	Cost estimate of the proposed Standing Offer.
    
    The estimated value of the Standing Offer, including options, is $10,000,000 (GST/HST extra).
    
    11.	Name and address of the pre-identified Offeror
    
    Gamma-Dynacare Medical Laboratories
    115 Midair Court
    Brampton, Ontario
    L6T 5M3
    
    12.	Offeror’s right to submit a statement of capabilities
    
    Offeror 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.
    
    13.	Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is December 20, 2013 at 2:00 p.m. EST.
    
    14.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    François Pageau
    Supply Specialist 
    Scientific Commodities and Projects Division - SC
    Science Procurement Directorate
    Public Works and Government Services Canada
    Tel. : 819-956-3563 Fax : 819-997-2229
    PDPIII 11C1-41, 11 Laurier, Gatineau Qc  K1A 0S5
    francois.pageau@tpsgc-pwgsc.gc.ca
    Government of Canada

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Pageau, François
    Phone
    819-956-3563
    Fax
    819-997-2229
    Address
    11 Laurier Street
    Gatineau, QC, K1A 0S5
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    9
    001
    French
    3
    001
    English
    14
    001
    English
    28

    Access the Getting started page for details on how to bid, and more.

    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

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: