: Development of Biomonitoring Equivalents (BE) and methods for high throughput risk assessment

Solicitation number 1000165055

Publication date

Closing date and time 2014/10/14 14:00 EDT


    Description
    HEALTH CANADA ADVANCE CONTRACT AWARD NOTICE
    
    
    TITLE:   Development of Biomonitoring Equivalents (BE) and methods for high throughput risk assessment
    
    SOLICITATION NUMBER:   1000165055
    
    1.  The purpose and explanation of an ACAN
    
    An Advance Contract Award Notice (ACAN) allows Health Canada contracting authorities to post a notice on the Government Electronic Tendering System (GETS), 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
    
    Summit Toxicology, L.L.P.
    P.O. Box 427
    Allenspark, Colorado  80510
    USA
    
    4.  Definition of Requirements or Expected Results
    
    Biomonitoring efforts have produced continually expanding databases of the levels of chemicals
    that have been measured in the blood and/or urine of Canadians. Such biomonitoring surveys
    provide a wealth of information on the levels of chemicals that are found within the general
    population; however, the presence of a chemical within the body does not necessarily indicate
    there is the potential for harm. A concept known as Biomonitoring Equivalents (BE) has been
    developed to aid in interpreting and communicating biomonitoring results in the context of
    potential risks to health. A BE is defined as the concentration of a chemical in blood or urine that
    corresponds to an exposure guidance value, such as a reference dose (RfD) or tolerable daily
    intake (TDI). By comparing biomonitoring data for a chemical with its BE, one can assess
    whether population exposures to the chemical are below or above a level that is not considered
    to be harmful.  BEs are designed to leverage existing chemical risk assessments and available pharmacokinetic models and data.  
    
    The objectives of the work to be conducted under this contract are:
    a)	To derive BEs for additional priority chemicals to support risk assessment and risk management activities; and, 
    b)	To use metabolic parameters in physiologically-based pharmacokinetic (PBPK) models to conduct reverse dosimetry to support generation of predictive toolds for assessing exposure and hazard.
    
    The objectives described above will advance the application of BEs  under the Canadian Federal Government’s Chemicals Management Plan.  Specifically, the development of BEs and associated communication materials for the chosen compounds will assist evaluation programs within Health Canada in assessing the results of the biomonitoring data and contribute to the rational prioritization of chemicals for risk assessment follow up.  The quantitative screening tools provided by the BE approach will assist in addressing public concerns regarding potential public health implications of the results of the biomonitoring programs. This effort will also assist in developing the capacity within Health Canada and among Canadian universities to assist the Canadian Government in interpreting and communicating biomonitoring data.  
    
    The outcome of this project will allow Health Canada to place the results from biomonitoring studies into a public health risk context and to allow the rational prioritization of chemicals for further risk assessment and management actions. The outcome of this project will allow Health Canada to answer the following questions:
    
    	Do the measured levels of specific chemicals in Canadians pose a potential public health risk?
    	Which chemicals are of greatest priority for risk assessment follow up for Canadian public health?
    
    
    5.  Minimum requirements
    
    The main reason for directing this contract is the fact that Summit Toxicology, L.L.P., provided the majority of the intellectual input into the proposal that won funding under the Chemical Management Plan.  In addition to that, any interested supplier must demonstrate by way of a Statement of Capabilities that it meets the following minimum requirements: 
    
    a)	Have relevant experience in the area of Biomonitoring Equivalents (BEs). This experience must be at a level that clearly demonstrates an ability to lead in the development of guidelines intended for the development of Biomonitoring Equivalents; 
    b)	Have the expertise necessary for the integration of available pharmacokinetic data with existing Canadian risk assessments; 
    c)	Possess the expertise necessary for the selection and prioritization of chemicals selected for BE development; 
    d)	Have relevant experience in the development of communications materials that interpret chemical specific human biomonitoring data in a public health risk context using BEs; 
    e)	Have relevant experience providing guidance at a senior project level in a similar project; 
    f)	Have experience coordinating the collaboration with external Canadian and international stakeholders on a relevant project.
    
    
    6.  Reason for non-competitive award
    
    Section 6 of the Government Contracts Regulations contains four exceptions that permit the contracting authority to set aside the requirement to solicit bids.  For the proposed procurement, the following exception applies:
    
    (d)	Only One Person or Firm is capable of performing the contract.
    
    An earlier project description with Biomonitoring Equivalents (BE) values for a series of selected chemicals was developed by Summit Toxicology LLP in collaboration with Health Canada for 2008-2011. The current requirement starting 2014 will derive new BE screening values with a whole different series of chemicals that are required by Health Canada regulatory scientists to support risk assessments under the Chemicals Management Plan.
    
    The proposal for this latest requirement was developed through a competitive process with internal and external peer review for funding from the Canadian Federal Government’s Chemical Management Plan.  Summit Toxicology LLP was a key participant in developing the current proposal in conjunction with Health Canada researchers.  The Summit Toxicology provided over 75% of the intellectual input that went into the proposal development.  The Contractor will be doing the critical derivation of the provisional BE values which is the main task and purpose of the study.
    
    
    7.  Applicable trade agreements and justification for limited tendering or the Procurement Strategy for Aboriginal Business
    
    This requirement is subject to the various trade agreements, including the North American Free Trade Agreement (NAFTA); the Agreement on Internal Trade (AIT); and the World Trade Organization - Agreement on Government Procurement (WTO-GPA).  However, this requirement also meets the conditions for limiting the tendering procedures in accordance with:
    
    I.	AIT, Article 506.12 (b).
    II.	NAFTA, Article 1016.2 (b)
    III.	WTO-AGP, Article XV
    	
    which allow for contracts to be directed to a particular firm when the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    	
    This requirement is not subject to the Procurement Strategy for Aboriginal Business.
    	
    
    8.  Ownership of Intellectual Property
    
    Intellectual Property shall vest with the Contractor, although the Contractor shall grant the Crown a license to exercise all Intellectual Property Rights in the Materiel for any public purpose.
    
    
    9.  Period of the proposed contract
    
    The services of the Contractor will be required for a period of approximately 30 months, commencing on or about October 20, 2014 and ending around March 31, 2017.  
    
    
    10.  Estimated value of the proposed contract
     
    The contract will span three fiscal years (FY2014-15,  FY2015-16 and FY2016-17) , with a total value of $295,000, including all applicable taxes.
    
    
    11. Closing date and time 
    
    The closing date and time for accepting Statements of Capabilities is 14th of October 2014, 2 p.m. EDT).
    
    12.  Contact Person
    
    All inquiries with regard to this Notice must be addressed by e-mail to:
    
    Name:   Robert Merrick
    E-Mail:    Robert.Merrick@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)
    • Canada-Panama Free Trade Agreement
    • 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
    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

    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

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    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: