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
Contact information
Contracting organization
- Organization
-
Health Canada
- Address
-
Address Locator 0900C2Ottawa, Ontario, K1A 0K9Canada
- Contracting authority
- Merrick, Robert
- Phone
- 613-946-3159
- Address
-
200 Eglantine Driveway, Tunney's PastureOttawa, ON, K1A 0K9CA
Buying organization(s)
- Organization
-
Health Canada
- Address
-
Address Locator 0900C2Ottawa, Ontario, K1A 0K9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
amendment_to_rfp_closing_date.pdf |
English
|
8 | ||
rfp_1000162520_chemist_english_final.pdf | 000 |
English
|
25 | |
annex1_standard_operation_procedures_for_rfp_1000162520.pdf |
English
|
11 | ||
amendment_to_rfp_closing_date.pdf |
French
|
8 | ||
rfp_french_1000162520_chemist_final.pdf | 000 |
French
|
3 | |
annexe_1_for_rfp_1000162520_standing_operation_procedures_fr.pdf |
French
|
4 |
Access the Getting started page for details on how to bid, and more.