SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, January 25 from 7:00 pm until 11:00 pm (Eastern Time) 

U-Pb isotopic dating and contamination-free mineral separation of critical rocks samples

Solicitation number NRCan-5000041724

Publication date

Closing date and time 2018/12/03 14:00 EST


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    Definition

    An 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 meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    Definition of Requirements

    The department of Natural Resources Canada (NRCan) has a requirement for the following analyses, involving high-precision isotopic age dating of thirty (30) rock and mineral samples in support of TGI-5 Program research activities:

    Tasks

    U-Pb dating by chemical abrasion isotope dilution thermal ionization mass spectrometry (CA-ID-TIMS)

    • Separation of datable minerals (e.g., zircon, titanite, monazite, baddeleyite, perovskite) from bulk rock samples that have been collected by, and shipped to, the bidder at the expense of the GSC.

    • Selection of mineral grains by microscopic examination for chemical dissolution and isolation of U and Pb, and mass spectrometric analysis. Mineral separation, selection, and preparation will be undertaken with the utmost care using an isodynamic magnetic separator, heavy liquids, and chemical abrasion if appropriate (high temperature annealing and partial dissolution) or air abrasion techniques.

    • Low Pb contamination chemical procedures using ultraclean facilities (0.2-0.4 picogram Pb blanks).

    Deliverables

    • The GSC will provide the vendor with thirty (30) rock samples critical to the TGI research program.
    • The contractor will perform contamination free, state-of-the-art mineral separation on all samples, in many cases involving special Wilfley table procedures in addition to standard heavy mineral separation.
    • And detailed isotopic dating on twenty five (25) selected samples from the original thirty submitted, assuming that some sample may not return datable mineral grains.
    • The contractor will perform rock dating, which includes rock crushing and pulverization, as well as mineral separation procedures on all samples submitted.
    • The contractor will report full results on both mineral separation and isotopic dating to the GSC and the Scientific Authority no later than March 31, 2019.

      Reporting Requirements

      A report will be submitted to the Client upon completion of the work prior to March 31, 2019. This report will contain all relevant isotopic data, such as would routinely be included in scientific papers. This includes the following:

    • A description of analytical techniques and methods of data reduction
    • Sample descriptions
    • Description of the U-Pb results
    • Tabulation of the isotopic data
    • Concordia diagrams displaying data
    • And the full interpretations of the results that take into account discordance, inheritance, and scattering of data, and the possible effects of metamorphism and alteration on the isotopic systems

      The Jack Satterly Laboratory scientists will communicate with the Scientific Authority on a regular basis, and in the case of any unforeseen complications with the rocks samples submitted.

    Criteria for Assessment of the Statement of Capabilities

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

    Statement of Capabilities

    The selected Geochronology Laboratory must be able to demonstrate that they:

    • Have at least ten (10) years of experience within the last 13 years performing the type of work described in Section 2 above in the realm of high-precision U-Pb geochronology;
    • Are able to perform contamination free mineral separation on a large suite of samples;
    • Are operating in accordance with the latest standards and calibrations, including the Earth-Time calibration of standard solutions;
    • Are able to perform single zircon chemical abrasion analysis with blank Pb levels routinely below 0.5 picograms;
    • Are able to process the 30 samples on time and report on full results by the contract deadline;
    • Have the cumulative experience and state-of-the-art capabilities as demonstrated by a publication record of peer-reviewed papers on high-precision dating of geological samples and processes in the peer reviewed literature.

      Knowledge and understanding

      The selected Geochronology Laboratory should have knowledge and capability of all aspects of high-precision U-Pb geochronology, including the full variety of accessory minerals. The lab should have the capability and instrumentation to apply different dating techniques such as ID-TIMS (isotope dilution thermal ionization mass spectrometry) and LA-ICPMS (laser ablation inductively coupled plasma mass spectrometry) methods to acquire the U-Pb results.

      Academic qualifications

      The lead geochronologists in the laboratory should have Ph.D. degrees from leading universities and have ten (10) or more years of experience.

    Trade Agreements

    Trade Agreements are not applicable.

    Justification for the Pre-Identified Supplier

    We intend to deal directly with the supplier mentioned in section 10 below as it is the only known supplier that satisfies the mandatory criteria set out in Section 3 above as well as the requirement as described in Section 2.

    Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders.

    Exception to the Government Contracts Regulations and applicable trade agreements

    In accordance with the Government Contract Regulations (GCR) exception, Part 1, Section 6, (d) only one person or firm is capable of performing the contract.

    The identified provider, Jack Satterly Geochronology Laboratory, at the University of Toronto, is the only one able to meet all of the criteria identified in section 3 above.

    Ownership of Intellectual Property

    Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to generate knowledge and information for public dissemination.

    Contract Period

    The period of the contract will be from Contract Award Date to March 31, 2019.

    Estimated Cost

    The estimated cost of the contract will not exceed $91,500.00 all inclusive.

    Name and Address of the Proposed Contractor

    Jack Satterly Geochronology Laboratory, University of Toronto

    Department of Geology, University of Toronto

    22 Russell Street

    Toronto, Ontario, CANADA

    M5S 3B1

    Suppliers’ right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, to the contact person identified in this Notice on or before the closing date and time of this Notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    Closing Date

    December 3, 2018 at 2:00 P.M. Eastern Standard Time (EST).

    Contract Authority

    Lucie Lepage

    Natural Resources Canada

    Contracting Officer

    580 Booth Street, room 5-D2-2

    Ottawa, Ontario

    K1A 0E4

    Fax: 613-947-5477

    E-mail: lucie.lepage@canada.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
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    Lepage, Lucie
    Phone
    343-292-8370
    Email
    Lucie.Lepage@canada.ca
    Address
    580 Booth Street, 5th Floor, Room: 5-D2-2
    Ottawa, ON, K1A 0E4
    CA

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    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
    National Capital Region (NCR)
    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: