Minor Use Pesticide Program (MUPP) Residue Analysis - Pest Management Centre

Solicitation number 01B68-22-0081

Publication date

Closing date and time 2022/09/12 12:00 EDT


    Description

    AAFC is requesting proposals for the conduct of chemical analysis for pesticide residues on crop samples collected from field trials at several Canadian locations, in accordance with the requirements of the Organization for Economic Co-operation and Development (OECD) Principles of Good Laboratory Practices (GLP) (rev 1997), study plans (Appendix A – Annex 2) and Health Canada’s Pest Management Regulatory Agency regulatory directive, DIR98-02 “Residue Chemistry Guidelines” (Regulatory Directive: Residue Chemistry Guidelines - Canada.ca).

    Only the analytical methods as in the list of projects in Annex 1 of this Appendix can be used.

    The methods may be obtained as indicated below:

    Project 1: AAFC22-001R, AAFC22-002R (broflanilide)

    Method # 2017/7016349: Validation of BASF Method Number D1417/01 for the determination of residues of BAS 450 I and its metabolites S(PFP-OH)-8007 and DM-8007 in wheat (grain), dry beans (seed), tomato (whole fruit), citrus (whole fruit), soybean (seed) and coffee (grain) using LCMS/MS. (Including Amendment No.1). BASF Study Number 772495. Veiga, A. and Jose, W; 2017.

    Methods belonging to BASF Canada Inc., must be requested from

    Christine Headon, Tel: 416-453-3577; email: christine.headon@basf.com

    Project 2: AAFC22-031R, AAFC22-032 (pyrethrins and piperonyl butoxide)

    Method # GLP-MTH-074: Determination of Pyrethrins and Piperonyl Butoxide (PBO) in Crops, GLP-MTH-074 Original, M.R. Huebner, Golden Pacific Laboratories, May 24, 2010.

    Method belonging to McLaughin Cormley King Company, must be requested from Amy McNeilly, Tel: 763-593-3443; email: amy.mcneilly@mgk.com

    Project 3: AAFC20-037R, AAFC20-038R, AAFC20-047R (flazafulfuron)

    Method # S09-03106: Flazasulfuron – Validation of analytical method for flazasulfuron in crops, Study Code: S09-03106, S. Oppilliart, Eurofins|ADME Biosciences, 10 Dec 2009.

    Methods belonging to ISK Biosciences Corporation, must be requested from Karol Krey, Tel: 216-372-2569; email: kreyk@iskbc.com

    Project 4: AAFC20-034R (flumioxazin)

    Method # RM-30A-3: Determination of flumioxazin residues in crops, RM-30A-3, Valent USA Corporation, 18 Mar 2003.

    Method belonging to Valent Canada, must be requested from Beth Connor,
    Tel: 519-830-7837; email: beth.connor@valent.com

    Project 5: AAFC22-010R (oxyfluorfen)

    Method 1 # 34-95-111: 1. Enforcement Residue Analytical Method for GOAL Herbicide (oxyflurofen) in Crop Commodities with GC/MS Confirmation, Report No.: 34-95-111, D.A. Martin, Q. Zang, 29 Apr 1996

    Method 2 # GRM 07.05: Determination of Residues of Oxyfluorfen in Agricultural Commodities by Gas Chromatography with Negative-Ion Chemical Ionization Mass Spectrometry, GRM 07.05, E.L. Olberding, B.M. Wendelburg, Dow AgroSciences, 25 Apr 2007.

    Methods belonging to NUFARM Agriculture Inc., are available in Appendix A, Annex 3 a&b

    Project 6: AAFC22-016R (clethodim)

    Method # Meth-156: Determination of Clethodim Residues (Common Moiety) in Crops, Animal Tissues, Milk and Eggs, Meth-156 Original, Morse Laboratories Inc., 27 Dec 2002.

    Method belonging to UPL AgroSolutions Canada Inc., must be requested from Nicole Gentner Tel: 819-291-0036; email: nicole.genter@upl-ltd.com

    Frozen samples will be shipped to the successful bidder(s) (laboratory) upon harvest from ongoing field trials and/or from the AAFC Analytical Laboratory. Anticipated harvest dates are indicated on the List of Projects (Appendix A, Annex 1). The exact shipping dates will be determined after the contract is awarded. Storage stability data will be required if, at the time of analysis, samples have been stored longer than the storage stability timeframe indicated on the List of Projects.

    With the exception of modifications necessary to adapt the methods to different crop fractions, AAFC expects the methods to be followed as written. This applies specifically to the equipment (detector) used to determine the residue definition. If, however, upon review of the method provided, the bidder believes that a different detector can be used, a rationale for the modification must be clearly indicated in the proposal and all impacts or changes in the procedures on the reference method indicated. Upon awarding contracts, all proposed modifications must be thoroughly discussed with the Study Director and approved prior to method validation.

    For the purpose of preparing proposals, it is not a requirement to bid on all Projects. Proposals must be submitted on the basis of Project number and not by study number. A Project consists of all the respective studies specific to a given Project number, the active ingredient, the commercial product, the crop(s), the number of trials conducted and the number of samples per trial (treated and untreated). The list of Projects for which proposals are being sought is included in Appendix A, Annex 1. A study plan amendment template outlining analytical procedures to be followed is included in Appendix A, Annex 2. The Residue Analysis Application Form (Appendix C – Annex 1) must be completed for each Project for which a bid is being made.

    As field trials are subject to the forces of nature throughout the growing season and possible changes in regulatory requirements, there is a possibility in either the cancellation of trials or changes in the number of samples required for residue analysis. This may result in the need to amend this RFP or to adjust contracts to reflect changes.

    Bids must be in Canadian dollars. Evaluations for cost per point are calculated on the total cost of the individual Project, excluding HST. HST can only be collected if your company has a HST registration number. For further information please contact Canada Revenue Agency at:

    http://www.ccra-adrc.gc.ca/sitemap-e.html#tax.

    The failure to provide bids in Canadian dollars will make the proposal non-compliant. AAFC will reject any bid not in Canadian currency.

    It is expected that AAFC will have to contract with several different companies to complete the identified laboratory analysis for the specified Projects. However, the degree of work that will be contracted is dependent upon many factors, including the response level to this RFP.

    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
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Harrington, Kyle
    Email
    kyle.harrington@agr.gc.ca

    Buying organization(s)

    Organization
    Agriculture and Agri-Food Canada
    Address
    1341 Baseline Road
    Ottawa, Ontario, K1A0C5
    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.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    United States of America
    Region of opportunity
    Canada, United States of America
    Procurement method
    Competitive – Open Bidding
    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: