SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

The TASL (Track Analysis System) Radon and Neutron Microscopy Readers Preventative Maintenance

Solicitation number 1000162096

Publication date

Closing date and time 2014/07/24 15:00 EDT


    Description
    HEALTH CANADA ADVANCE CONTRACT AWARD NOTICE
    
    TITLE: The TASL (Track Analysis System) Radon and Neutron Microscopy Readers Preventative Maintenance
    
    SOLICITATION NUMBER: 1000162096
    
    1.  	The purpose and explanation of an ACAN
    
    An Advance Contract Award Notice (ACAN) allows Health Canada contracting authorities to post a notice on MERX, for no less than fifteen (15) calendar days, indicating to the supplier community that a good, service or construction contract will be awarded to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    2.  	Rights of suppliers
    
    Suppliers who believe that they are fully qualified and available to provide the services or goods described in this ACAN may submit a Statement of Capabilities clearly demonstrating how they meet the advertised requirement. This Statement of Capabilities must be provided via e-mail only to the contact person identified in Section 12 of the Notice on or before the closing date and time of the Notice. If there is a reasonable level of evidence regarding capability, the requirements will be opened to electronic or traditional bidding processes.
    
    3.  	Proposed Contractor
    
    	Radiation Detection Company 
    	3527 Snead Drive 
    	Georgetown, TX 78626.
    
    4.  	Definition of Requirements or Expected Results
    
    The Health Canada TASL microscopy readers are a key component in the quantification of the radon track analyzes process. This quantification consists of converting the number of alpha tracks on the radon specific detector to a radon concentration. The TASL microscopy readers consist of many specialized and integral parts, such as a microscope, manual and automated focus controls, stage with limit switches, stepper motors, charge coupled device (CCD) camera, electrical hardware and proprietary TASL application software for both radon and neutron applications. 
    	
    
    To insure that the instruments are operating and to minimize down time due to malfunctions preventative maintenance is required on a regular basis. The following services are required for the TASL microscopy readers:
    
    Maintenance for three (3) TASL readers,
    TASL Reader #2, HC asset number 176927 
    TASL Reader #3, HC asset number 176709 
    TASL Reader #4, HC asset number 176710  
    
    Histogram adjustment(s): 
    •	Check and if required make required corrections, LED light output and positioning
    •	Calibration verification: Using TASL spiked elements or Health Canada will supply PTB spiked elements to calibrate and make required adjustments
    •	Motor backlash correction: Test and if required make appropriate corrections 
    •	Microscope stage: Remove, clean, lubricate and re-install X/Y table gear assembly
    •	Microscope slide: Remove slide assembly, clean, lubricate and re-install microscope slide
    •	Microscope gear assembly: Remove gear assembly, clean, lubricate and re-install microscope gear
    •	At the end of the preventative maintenance, spiked elements will be read on the TASL readers to ensure that the equipment is performing within acceptable tolerance
    
    
    5.	Minimum requirements
    
    Any interested supplier must demonstrate by way of a Statement of Capabilities that it meets the following 	minimum requirements: 
    
    a) 	Be a Track Analysis Systems Ltd (TASL, Bristol UK) authorized service company for the TASL Radon and Neutron dosimetry microscopy equipment.
    
    b)	Have a minimum of three (3) years experience of providing support and preventative maintenance on TASL Radon and Neutron dosimetry microscopy systems in the last five (5) years.
    
     6.	Reason for non-competitive award
    
    Health Canada’s Radiation Protection Bureau has a requirement for the provision of maintenance on the TASL (Track Analysis System) readers for the TASL Radon and Neutron dosimetry microscopy system within their labs.
    Radiation Detection Company (RDC) is the only company in North America that provides this service. Radiation Protection Bureau’s TASL instruments consist of many specialized and integral parts, such as a microscope, manual and automated focus controls, stage with limit switches, stepper motors, charge coupled device (CCD) camera, electrical hardware and proprietary application software, that requires maintenance, service and potential replacement by qualified and certified service engineers and technical specialists.  Any upgrades or replacement of the proprietary parts including software can only be supplied by Track Analysis Systems Ltd (TASL), the manufacturer of the instrument who has designated Radiation Detection Company Inc, as the sole authorised supplier for providing goods and maintenance services for the TASL readers.  Radiation Detection Company Inc is the North American distributor and the authorized service company for the TASL instrument, no other individual or firm in North America is capable of providing this service.
    
    
    7.  	Applicable trade agreements and justification for limited tendering or the Procurement Strategy for Aboriginal Business
    
    Part 1, Section 6 (d) of the Regulations on government contracts;
    
    (d) Only One Person or Firm is capable of performing the contract.
    
    Article 506 Paragraph 12 (a) of the Agreement on Internal Trade (AIT) : to ensure compatibility with existing products, to recognize exclusive rights, such as exclusive licences, 	copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative;
    	
    Article 506 Paragraph 12 (b) of the 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;
    	
    Article 1016 2 (b) of the North American Free Trade Agreement (NAFTA): where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or
    proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    	
    Article 1016 (d) of the North American Free Trade Agreement (NAFTA): for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, 	services or installations, or as the extension of existing supplies, services or installations,  where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software.
    	
    Article Kbis-09 Paragraph 1 (b) of the Canada Chile Free Trade Agreement (CCFTA): where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    Article Kbis-09 Paragraph 1 (c) of the Canada Chile Free Trade Agreement (CCFTA): for additional deliveries by the original supplier that are intended either as replacement parts, extensions, or continuing services for existing equipment, software, services or installations, where a change of supplier would compel the entity to procure goods or services not meeting requirements of interchangeability with existing equipment, software, services, or installations;
    
    Article 1409, Paragraph 1 (b), of the Canada-Peru Free Trade Agreement (CPFTA): where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    
    (ii) the protection of patents, copyrights or other exclusive rights, or
    (iii) due to an absence of competition for technical reasons
    
    Article 1409, Paragraph 1 (c), of the Canada-Peru Free Trade Agreement (CPFTA): for additional deliveries by the original supplier of goods or services that were not included in the initial procurement where a change of supplier for such additional goods and services:
    
    (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement, and
    
    (ii) would cause significant inconvenience or substantial duplication of costs to the procuring entity;
    
    Article 1409: Limited Tendering 1 (b), - Canada-Colombia Free Trade Agreement (CFTA): where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    
    (ii) the protection of patents, copyrights or other exclusive rights, or
    	
    (iii) due to an absence of competition for technical reasons.
    	
    Article 1409: Limited Tendering 1 (c), - Canada-Colombia Free Trade Agreement (CFTA): for additional deliveries by the original supplier of goods or services that were not included in the initial procurement where a change of supplier for such additional goods and services:
    
    (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement, and
    
    (ii) would cause significant inconvenience or substantial duplication of costs to the procuring entity;
    
    8.  	Ownership of Intellectual Property
    
    Contractor to own IP
    
    9. 	Period of the proposed contract
    
    The contract period shall be from one (1) year from date of contract award, with the option to extend the contract for up to three (3) additional 1 year periods. 
    
    10. 	 Estimated value of the proposed contract
    
    The total value of any contract emanating from this Advanced Contract Award Notice (ACAN) shall not exceed $124,000.00 USD, including all option years, travel and living expenses and all applicable taxes
    
    11. 	Closing date and time 
    
    The closing date and time for accepting Statements of Capabilities is July 24th, 2014 at 3:00 pm EDT
    
    12.  	Contact Person
    
    All inquiries with regard to this Notice must be addressed by e-mail to:
    
    	Name: Donna Pettit
    	E-Mail: Donna.pettit@hc-sc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Pettit, Donna
    Phone
    613-954-2584
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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

    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: