Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Pathogen Analysis of Honey Bee Samples, Beaverlodge AB

Solicitation number 01R11-21-C042

Publication date

Closing date and time 2020/12/07 15:00 EST


    Description

    Pathogen Analysis of Honey Bee Samples, Beaverlodge AB

    ADVANCE CONTRACT AWARD NOTICE (ACAN):

    This Advance Contract Award Notice (ACAN) is a public notice indicating to the supplier community that Agriculture and Agri-Food Canada intends to award a service contract 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 this ACAN, the Contracting Officer may then proceed with the award to the pre-identified supplier.

    DEFINITION OF REQUIREMENT: 

    Specialized analysis of composite honey bee samples is required for quantification for RNA viruses and the parasite Nosema ceranae by Beaverlodge Research Farm as part of the Genome Canada-funded project “BeeCSI”. Data from these analyses are required for completion of this large-scale research project which focusses on honey bee health and involves many university–level collaborators across the country.

    The Contractor is required to provide quantitation (number of genetic copies) for nine honey bee viruses: ABPV, BQCV, CBPV, DWV, IAPV, KBV, LSV (variants 1-4), SBV and VDV from composite samples of adult honey bees. They will also be required to provide microscopic counts of environmental spores produced by the honey bee parasite Nosema ceranae and identify the parasite using an end-point PCR protocol. Techniques shall be carried out using standard qPCR procedures (for viruses) and end-point PCR (for N. ceranae) using primer sets recognized by the OIE and the EURL for Honey Bee Health.

    CRITERIA FOR ASSESSMENT OF THE STATEMENT OF CAPABILITIES:

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

    1. Knowledge and experience in the quantitation (number of genetic copies) for nine honey bee viruses: ABPV, BQCV, CBPV, DWV, IAPV, KBV, LSV (variants 1-4), SBV and VDV from composite samples of adult honey bees using qPCR.
    2. Knowledge and experience in providing microscopic counts of environmental spores produced by the honey bee parasite Nosema ceranae and identification of the parasite using an end-point PCR protocol. 
    3. Knowledge and experience in the techniques of using standard qPCR procedures (for bee viruses) and end-point PCR (for N. ceranae) using primer sets recognized by the OIE and the EURL for Honey Bee Health.

    JUSTIFICATION FOR THE PRE-IDENTIFIED SUPPLIER:

    There are no other commercial providers for the breadth of services that Beaverlodge Research Farm requires in Canada other than the National Bee Diagnostic Centre (NBDC). The services being provided are very highly specialized, namely the molecular detection of honey bee parasites and viruses, including their quantification. Though there are a very limited number of labs offering detection of some honey bee pathogens, few offer quantitation and none offer then range of diagnostics that the NBDC provides. 

    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:

    Section 6 (d) has been invoked for this procurement as only one supplier (person/firm) is capable of performing the work.

    Where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.

    CONTRACT PERIOD:

    Upon Contract Award to March 31, 2021, with three (3), one (1) year options to extend.

    ESTIMATED VALUE: $271,600.00 (plus GST)

    Initial Contract Period – Contract Award Date – March 31, 2021, $95,200.00

    Option Years, if exercised:

    Option Year 1 - April 1, 2021 – March 31, 2022, $92,400.00

    Option Year 2 - April 1, 2022 – March 31, 2023, $42,000.00

    Option Year 3 - April 1, 2023 – September 30, 2023, $42,000.00

    PRE-IDENTIFIED SUPPLIER:

    National Bee Diagnostic Centre

    Box 1118

    Beaverlodge, Alta T0H 0C0

    SUPPLIERS’ RIGHT TO SUBMIT A STATEMENT OF CAPABILITIES:

    Suppliers who consider themselves fully qualified and available to provide the services described herein, may submit a Statement of Capabilities in writing, either via letter, facsimile or preferably email to the contact person identified in this notice, on or before the closing date of this notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    CLOSING DATE:

    The closing date and time for a submission of a Statement of Capabilities is December 7, 2020 at 2:00 pm CST.

    The Solicitation Number, Name of Contracting Authority and closing date of the ACAN must appear within your Statement of Capabilities in block letters.

    The Crown retains the right to negotiate with suppliers on any procurement.

    CONTRACTING AUTHORITY:

    Zack Flamont, Procurement Officer

    Agriculture and Agri-Food Canada

    Western Service Centre

    300 – 2010 - 12th Avenue

    Regina, SK S4P 0M3

    Phone: (306) 540-6023

    zack.flamont@canada.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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    Canada
    Contracting authority
    Flamont, Zack
    Phone
    306-523-6505
    Email
    zack.flamont@agr.gc.ca
    Address
    300 2010 12th Avenue
    Regina, SK, S4P 0M3
    CA

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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
    Alberta
    Region of opportunity
    Unspecified
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: