Toxicology Expertise – Urinalysis

Solicitation number 21120-18-2247031

Publication date

Closing date and time 2018/02/01 13:00 EST

Last amendment date


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meet the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of requirement

    The Correctional Service of Canada (CSC) requires expertise in the area of toxicology as it relates to drug testing of human urine. 

    1.  Background

      Commissioner’s Directive 566-10 (Urinalysis Testing) requires that authorized toxicologists are contracted to provide expert advice.

    1.2 Objectives

    To provide expertise in the area of drug testing urinalysis.

    1.3 Tasks

    On an as and when requested basis, the Contractor must:

    1. Review, assess and provide recommendations to CSC on urinalysis testing; 
    1. Inspect laboratories providing urinalysis testing to CSC according to the Research Triangle Institute, Substance Abuse and Mental Health Services Administration (SAMHSA) standards, at a minimum twice a year, and at any other time as requested by the PA;
    1. Provide expert opinions and testimony on all subject matters relating to urinalysis and drugs abuse (the drugs that are tested for by urinalysis are found listed in the CSC’s Commissioner’s Directive 566-10);
    1. Review results from the laboratories and assess their quality assurance/control procedures;
    1. Provide independent interpretation of laboratory results in order to determine the national trends, on a annual basis, according to the Federal Government's fiscal calendar year (April 1 to March 31);
    1. Provide expert advice on urinalysis testing, interpretation of results, and any other issue related to substance abuse to the CSC National and Regional Urinalysis Coordinators;
    2. If applicable and in relation to the expertise provided as part of this contract, provide testimony in Court on behalf of CSC; and
    1. Provide an analysis of the trends observed in the urinalysis test results for CSC.

    1.4 Deliverables

    The Contractor must submit the following deliverables:

    1. Annual* reports based on Laboratories results identifying any trend or problematic issues;
    2. A report following any laboratory’s inspection including a proposed action plan if required; and
    3. Expert advice on urinalysis testing if required by the PA.

    *Annual report means the period of April 1st to March 31st of each year.

    1.5 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Location of work:

    a. The Contractor must perform the work at the Contractor's place of business.

    b. Travel

    Travel will be required for performance of the work related with the contract of the Laboratories performing Urine analysis for CSC or any other destination requested by the PA.

    1.7 Language of Work:

    The Contractor must perform all work in English.

    1.8 Security Requirements:

    The following security requirements apply to and form part of the Contract.

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror 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.

    3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide (if applicable);

    (b) Industrial Security Manual (Latest Edition).

    2. Minimum essential requirements:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    1. The Contractor must have training as a laboratory inspector.
    2. The Contractor must have at minimum five (5) years of experience in forensic toxicology within the past seven (7) years preceding the response closing date.
    1. The Contractor must have at minimum five (5) years of experience within the past ten (10) years preceding the bid closing date, proving reports and testimony in all areas of human urinalysis testing and quality control.
    2. The Contractor must have at minimum two (2) years of experience in urine drug testing within the past five (5) years preceding the response closing date.
    3. The Contractor must have a PhD in organic chemistry, biochemistry, or toxicology.

    3. Applicability of the trade agreement (s) to the procurement

    This procurement is not subject to any trade agreement.

    4. Set-aside under the Procurement Strategy for Aboriginal Business

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    5. Comprehensive Land Claims Agreement (s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The proposed Contractor is a professional in forensic toxicology and expert in urine drug testing. The Contractor is the only known provider that can complete the scope of work, given the history, experience, and familiarity with the work required to complete the tasks identified in the scope of work. The identified supplier meets the minimum essential qualifications.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    The proposed contract is from Contract Award to March 2018, with three (3) one-year option periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, excluding option(s), is $ 55,000.00 (applicable taxes extra).

    12. Name and address of the pre-identified supplier

    Name: Curtis Oleschuk

    13. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. The closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is February 1, 2018 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Owen Nicholl, Senior Procurement Officer

    340 Laurier Avenue West

    Ottawa, ON, K1A 0P9

    Telephone: 613-943-5219

    Facsimile: 613-992-1217

    E-mail: owen.nicholl@csc-scc.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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nicholl, Owen
    Phone
    613-943-5219
    Email
    owen.nicholl@csc-scc.gc.ca
    Address
    340 Laurier Ave W
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    10
    French
    10

    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
    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: