MULTIPLE NATIONAL INDIVIDUAL STANDING OFFERS FOR CHEMICAL RESIDUE TESTING IN AND ON FOOD PRODUCTS FOR THE CANADIAN FOOD INSPECTION AGENCY
Solicitation number 39903-150123/A
Publication date
Closing date and time 2015/02/06 14:00 EST
Last amendment date
Description
Canada is in the planning stages for a competitive Request for Standing Offer (RFSO) for the Canadian Food Inspection Agency (CFIA) for multiple National Individual Standing Offers (NISOs) for the provision of laboratory services for testing of chemical residue contaminants in or on food products. This LOI seeks information from industry on its interest, capacity and ability to deliver this requirement; and to provide industry the opportunity to give feedback on the procurement strategy. REQUIREMENT To establish multiple NISOs for the provision of laboratory services for testing for chemical residue contaminants of foods, food crops and tissues of food animals for the CFIA. Testing is required for six (6) food groups: Dairy, Eggs, Honey, Meat, Fresh Fruit & Vegetables, and Processed Products. Testing must be in accordance with analytical methods and standard operating procedures accredited by the Standards Council of Canada in the Program Specialty Area for Agriculture and Food Products, or under the Canadian Association for Laboratory Accreditation. Services are required on an “as and when requested” basis through call-ups issued by the CFIA against authorized NISOs. The period of the standing offer(s) will be April 1, 2015 to March 31, 2018; Canada may authorize the use of the Standing Offer beyond its initial period, for two (2) additional twenty-four (24) month periods. The requirement is subject to the Agreement on Internal Trade (AIT) and is limited to Canadian goods and services. This procurement consists of Commercial Testing Laboratory services which are excluded from the application of 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 is exempted under Article XXIII for measures “to protect human, animal or plant life or health” under the World Trade Organization – Agreement on Government Procurement (WTO-AGP). The Comprehensive Land Claims Agreements (CLCAs) are not applicable to this procurement, as Work will not be delivered to, nor conducted within CLCA areas. The Procurement Strategy for Aboriginal business is not applicable, as the services will not be delivered to or for an Aboriginal population. INDUSTRY ENGAGEMENT Canada intends to host one-on-one sessions with interested participants. The tentative dates for the sessions are December 3-4, 2014. The sessions will be held in the greater Ottawa area. The one-on-one sessions will be an opportunity to pose and address questions with regards to this LOI and to allow industry’s feedback in regards to relevant technical input for the upcoming potential RFSO. Industry Engagement Questions are included with this LOI to provide industry the opportunity to review and prepare written comments and recommendations which will serve to facilitate the consultation process during the one-on-one sessions. Responses are requested in writing by November 27, 2014. The information provided by Canada in this LOI is preliminary and may change. This LOI is not a solicitation nor will it be used to pre-qualify or otherwise restrict participation in a future RFSO. A contract will not result from this LOI. The issuance of this LOI does not create an obligation for Canada to issue a subsequent RFSO, and does not bind Canada legally or otherwise, to enter into any agreement or to accept any suggestions from potential offerors. Industry recommendations that do not restrict the level of competition nor favour a particular company will be given consideration. However, Canada reserves the right to accept or reject any or all recommendations received. Participation in this Industry Engagement Process will not be a mandatory requirement for any subsequent RFSO. STANDING OFFER AUTHORITY: Brooke Taylor Supply Team Leader Public Works and Government Services Canada Science Procurement Directorate Telephone: 819-956-1674 E-mail: brooke.taylor@tpsgc-pwgsc.gc.ca Canada retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Taylor, Brooke
- Phone
- 819-956-1674
- Address
-
11 Laurier StreetGatineau, QC, K1A 0S5CA
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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 |
---|---|---|---|---|
feedback_report.pdf |
English
|
18 | ||
letter_of_interest_-_solicitation_amd_001_eng.pdf | 001 |
English
|
18 | |
letter_of_interest_-_solicitation_amd_001_french.pdf | 001 |
French
|
3 | |
feedback_report_-_french.pdf |
French
|
2 | ||
draft_rfso_-_final.pdf |
English
|
62 | ||
letter_of_interest_-_solicitation_-_final.pdf | 000 |
English
|
65 | |
letter_of_interest_-_solicitation_french_-_final.pdf | 000 |
French
|
3 | |
draft_rfso_french_-_final.pdf |
French
|
7 |
Access the Getting started page for details on how to bid, and more.