Analysis of Priority Chemicals in Canadian Aquatic Biota

Solicitation number 5000060464

Publication date

Closing date and time 2022/02/01 14:00 EST

Last amendment date


    Description

    The Contractor must provide analytical services including the results of analyses to ECCC as and when requested during the period of the Contract.

    Background:

    Environment and Climate Change Canada’s (ECCC) Freshwater Quality Monitoring and Surveillance Division monitors and reports on the long-term status and trends of contaminants in aquatic biota, primarily fish, from water bodies across Canada. This Contract will cover the analyses for several chemical classes of concern to support the activities of the program requirements of Canada’s Chemicals Management Plan and to meet Canada’s objectives in the Great Lakes Water Quality Agreement between Canada and the United States.

    Scope:

    All analyses will be performed on whole body homogenates of fish or other aquatic biota samples as and when requested, for the target analytes in some or all of the chemical classes listed (Annex A1). More than one chemical class may be requested per sample. Detailed list of requested target analytes in each chemical class can be found in Annex A1, Chemical Classes with Target Analytes

    Chemical Classes:

    A: Per- and polyfluoroalkyl substances (PFAS)

    B: Polybrominated diphenyl ether (PBDE) congeners

    C: Hexabromocyclododecane (HBCDD) isomers

    D: Polychlorinated Paraffins

    E: Halogenated Flame Retardants

    *. % lipid and % moisture for each sample submitted

    * The results of these chemical classes should also include data on lipid and moisture content.

     Given the uncertain nature of field collections and operations, ECCC cannot guarantee the number of samples that will be submitted for analysis in any given year or for any specific chemical class. The Contractor will be paid based on a per sample basis for the given number of samples submitted by ECCC, and subsequently analyzed by the Contractor.

    The analytical services will include the results of analysis. The analysis will be performed on biota samples as requested for some or all of the chemical classes listed in Annex A1, Chemical Classes with Target Analytes.

    Limited sample may require multiple analysis per extraction, subcontracting requires the approval of the Contracting Authority.

    Method blanks and laboratory replicate analyses are to be conducted as part of Contractor’s quality assurance/quality control (QA/QC) program, and not to be considered as samples submitted.

    Due to the limited quantity and value of the samples covered in this contract, all analyses and method detection limits must be performed and achieved on a total sample mass not exceeding 20 grams.

    Tasks:

    The analytical services requested may include the following tasks:

    1. Extraction, clean-up where necessary, and analysis of biota samples using methods appropriate for quantification of some or all of the analytes listed in detail in Annex A1, Chemical Classes With Target Analytes.
    2. Submission of reports of the analytical results from all analyses to the Technical Authority in electronic format

    Samples are to be analysed in a batch system, with each batch consisting of a matrix blank, a spiked matrix sample and no more than 21 samples. Blank corrections or blank subtractions are not to be used.

     Deliverables:

    1. The Contractor must submit a report including:
      1. The concentration of each target analyte in the sample;
      2. The concentration of each target analyte in the blank
      3. The minimum detectable concentration of each target analyte (detection limit) with low level calibration standard

    All reports must be submitted electronically to the Technical Authority.

    1. This information is to be reported in adjoining columns on a spreadsheet. Target analyte concentration may be reported in nano or pico grams per gram wet weight of sample. QA data such as % recoveries, surrogate spikes (SRMs, & CRMs) must be reported.
    2. A narrative documenting any problems with the set of samples or data, including any corrective actions taken, resolutions, and explanation of any flagged data are to be reported to the Technical Authority. Chain of custody and sample submittal documentation is also to be provided electronically to the Technical Authority.
    3. If requested, all proposed methodologies are to be provided to the Technical Authority.
    4. Proposed method changes by the Contractor during the duration of the contract must be discussed with the Technical Authority. A comparison study of the existing method and proposed new methods must be provided to demonstrate that the two methods are comparable. In addition, information on the new method must be provided.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • 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)
    • 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
    Environment Canada
    Contracting authority
    Hatzinikou, Samantha
    Email
    Samantha.Hatzinikou@ec.gc.ca

    Buying organization(s)

    Organization
    Environment 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
    004
    French
    2
    004
    English
    6
    003
    French
    1
    003
    English
    7
    002
    French
    1
    002
    English
    6
    001
    English
    9
    001
    French
    1
    000
    English
    26
    000
    French
    4

    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

    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: