Specialized tap water analysis and data quality control work for two drinking water projects.

Solicitation number 1000162520

Publication date

Closing date and time 2014/08/12 14:00 EDT

Last amendment date


    Description
    Background:  
    
    In 2011, the Drinking Water Group (DWG) from Exposure and Biomonitoring Division of Health Canada’s Environmental Health Centre was selected by Statistics Canada to be the analytical laboratory responsible for providing the analysis of tap water (drinking water) for selected Volatile Organic Compounds. This is  part of the Canadian Health Measurement Study (CHMS) project, a national study on the health of Canadian population, and was planned for two study cycles (Cycle 3 and Cycle 4), each lasting  2 years. With the planned collection of approximately 5,000-6,000 samples from 30 sites, this is by far the largest tap water sampling ever done for VOCs in Canada. 
    
    Extra challenges were identified during Cycle 3:  at many sites the number of samples collected was almost double the anticipated one; the analyte results were higher than expected and samples required numerous dilutions.  The analytical group had to take a more active role in preparation of the sampling equipment and the shipping of samples, the shipping delays by couriers cut into the already tight “down time” for the analytical team, making vacation and personal time difficult to schedule. Two out of the three experienced  analysts left the group  due to retirement and career development.  It became increasingly clear that there was a need for professional services to assume responsibility for a part of the routine operations required by this project, freeing some of the time of our specialized analytical staff to concentrate on monitoring QA/QC processes; data processing and reporting;  equipment maintenance ensuring uninterupted analytical capability to run all samples acquired;  and high data quality. Without procuring the professional services, there would be a real risk of samples being lost and results being delayed.  Loss of samples is very costly, not only because sampling is the most expensive part of such a project, but also because the tap water samples are related to corresponding blood samples (much more expensive and difficult to obtain) and air samples.  The loss of any one of these sample types would make the other related samples useless.
    
    Scope:
    
    The completion of this contract will allow the DWG to fulfill  all obligations to the VOC project in a timely manner, as they are outlined in the laboratory binder. The completion of this contract will minimize the risk of losing valuable (perishable) samples in situations of work overload due to increased work on other projects, vacation time, sick time, and/or personal time that may occur in a small analytical group during a long, sustained effort (entering year 4/5 of this project).  It will also improve result reporting times, which has been requested by Statistics Canada in order to fulfill their own reporting obligations to study participants.
    
    In short, it will improve and secure (minimize risks) our laboratory performance during participation in an important research study lead by Statistics Canada and Health Canada, as part of Chemical Management Plan 2 Monitoring &Surveillance.
    
    Ownership of Intellectual Property:
    Crown to own intellectual property.
    
    Security Requirement: 
    
    The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    
    Mandatory Requirements: 
    
    M1.   The bidder’s analytical chemist must have a BSc with a major in Chemistry, Biology, Biochemistry or any other major involving extensive (a minimum of 6 theoretical and laboratory courses) chemistry course and laboratory work from a recognized university. A recognized university is a Canadian university that has provincial or territorial degree-granting status, or a university outside of Canada in which the program/degree awarded is certified as equivalent by a member of the Alliance of Credential Services of Canada.
    
    M2.   The bidder’s analytical chemist must have at least 1.5 years of experience in the past 4 years working in an environmental trace (ppb level) analysis laboratory in which gas chromatography with mass spectrometry detection (GC-MS-MS) is used to determine organic contaminants from environmental matrices involving a water phase, such as drinking water, natural waters, soil.
    
    M3.   The bidder’s analytical chemist must have working knowledge of the Solid Phase Micro Extraction (SPME) technique used for sample preparation in the analysis of organic contaminants from environmental matrices.
    
    M4.    The bidder’s analytical chemist must have a valid WHIMIS (WORKPLACE HAZARDOUS MATERIALS INFORMATION SYSTEM) certificate.
    
    M5.   The bidder’s analytical chemist must have a valid TDG (Transportation of Dangerous Goods) certificate.
    		
    		
    Selection Methodology
    
    Highest Compliant Combined Rating of Technical Merit and Price:
    
    It is understood by the parties submitting proposals that, to qualify, bidders must meet all mandatory requirements as well as the minimum score identified for the point-rated criteria.  The contract will be awarded based on a determination of best value taking into account both the technical merit of the proposals and the price evaluations.  To arrive at an overall score achieved by a firm, a weighting has been established whereby technical merit will be valued at 70% of the bid and price at 30%.
    
    Enquiries regarding this Request for Proposals are to be submitted in writing to: 
    
    Robert Merrick
    
    E-mail address:   Robert.Merrick@hc-sc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Merrick, Robert
    Phone
    613-946-3159
    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

    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
    English
    8
    000
    English
    25
    English
    11
    French
    8
    000
    French
    3
    French
    4

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    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: