22-58110 SA E60PV-19EQUI Mass Spectrometer (MS) Hyphenated To A Gas Chromatograph (GC) System

Solicitation number 22-58110

Publication date

Closing date and time 2023/03/27 14:00 EDT


    Description

    Notice of Proposed Procurement

    22-58110 SA E60PV-19EQUI 

    Mass Spectrometer (MS) Hyphenated To Aa Gas Chromatograph (GC) System

    THIS REQUEST IS RESERVED FOR HOLDERS OF SUPPLY ARRANGEMENT # E60PV-19EQUI ONLY, FOR THE PURCHASE OF LABORATORY AND SCIENTIFIC EQUIPMENT, PARTS AND ACCESSORIES, SERVICES AND SUPPLIES.

    Only Suppliers currently pre-qualified on Supply Arrangement E60PV-19EQUI have been invited to bid.

    As a requirement of the Supply Arrangement, this notice is published on Buy and Sell Canada for a period of 40 calendar days. The closing date published on this notice identifies how long the notice will be published. For the closing date of any solicitation under the supply arrangement, invited suppliers should refer to the solicitation documents.

    Suppliers that do not have a Supply Arrangement for the supply of Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies with Public Works and Government Services Canada, cannot submit a bid. Any bids received from suppliers not pre-qualified on the Supply Arrangement will not be evaluated.

    Suppliers may qualify under Supply Arrangement E60PV-19EQUI for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies, at any time. Interested suppliers should download solicitation document E60PV-19EQUI /C from Buyandsell.gc.ca and submit a response as per the requirements of the Request for Supply Arrangement.

    STATEMENT OF REQUIREMENT

    Under the terms and conditions of supply arrangement E60PV-19EQUI, the National Research Council Canada has a requirement for 

    Description

    The National Research Council Canada (NRC), Securities and Disruptive Research Centre has a requirement for the supply of a Mass Spectrometer (MS) hyphenated to a Gas Chromatograph (GC) system with a pre-concentrator/Thermal Desorption (TD) unit for air sampling and analysis. The contractor must provide all equipment, operator manual, peripherals, accessories, and components necessary for the GC-MS to work in accordance with the Mandatory Technical Requirements specified herein. This must include, but is not limited to all of the following:

    1. A Mass Spectrometer (MS) hyphenated to a Gas Chromatograph (GC) system with a pre-concentrator/Thermal Desorption Unit (TD);
    1. Quadrupole Mass Analyzer;
    2. Electron ionization source;
    3. Dynode Detector;
    4. Ionization vacuum gauge and Controller;
    5. Pumping system;
    6. GC Base Unit with Oven;
    7. Chromatography Columns;
    8. Thermal Conductivity Detector;
    9. Pre-concentrator/Thermal Desorption Unit
    10. Measurement Software;
    11. Mass Spectral (MS) Library

    2. All necessary cables and accessories for operation;

    3. All training, installation and support;

    4. All Documentation and Operations Manuals;

    5. A one-year warranty including all Maintenance and Support Services

    6. The requirement also includes the option to purchase additional equipment accessories as detailed herein.

    7.0 Services, the requirement also includes the option to purchase Extended the Maintenance and Support Services for up to one additional one-year period;

    Mandatory Technical Requirements:

    1.0 One (1) Quadrupole Mass Spectrometer that includes the following mandatory requirements:

    1. The MS must include an electron ionization source;
    2. The ionization source must comprise inert materials;
    3. The ionization source must comprise an extractor lens;
    4. The MS must include an ionization vacuum gauge and must include an ionization vacuum gauge controller;
    1. 1 The MS must include a mass analyzer. The mass analyzer must be a single quadrupole and must operate within the following mass-to-charge detection range:
    1. Lower limit =< 2 m/z;
    2. Higher limit >= 1000 m/z;
    1. 2 The MS must include a detector. The detector must be a dynode including an electron multiplier. The dynode including an electron multiplier must be able to operate with an electronic dynamic range >= 109;
    1. 3 The MS must include a pumping system consisting of the following:
    1. The first pumping stage (backing and roughing) must be an oil-free scroll pump with a base pressure =< 2.5 × 10-1 torr and a capacity of >= 50 L/min;
    2. The second pumping stage (high vacuum) must be a turbomolecular pump with a capacity of > 200 L/s;
    1. 4 The MS Instrumental Detection Limit (IDL) must be <= 10 fg octafluoronaphtalene (OFN) at 99% confidence level (8 sequential splitless injections are required). To the NRC’s discretion, an equivalent performance IDL may be considered;
    1. 5 The MS power supply must operate in accordance with the following power requirements:
    1. 100-240 VAC;
    2. 50-60 Hz

    2.0 One (1) GC that includes the following mandatory requirements:

    2.1 The GC must include an oven that operates at ambient temperature from + 3 to 5 °C and up to >= 400 °C

    2.2 The GC must include a split/splitless injector module that operates up to the following:

    1. Max T >= 400 °C;
    2. Split ratio >= 12500:1

    2.3 The GC chromatography columns must include a test capillary column for instrument commissioning and validation and must include a nonpolar capillary column;

    2.4 Must include a Thermal Conductivity Detector (TCD). The TCD must be able to operate with an electronic range >= 105;

    2.5 The GC power supply must operate in accordance with the following power requirements:

    1. 100-240 V AC;
    2. 50-60 Hz;
    3. Max 20 A

    3.0 The GC must include one pre-concentrator/Thermal Desorption (TD) unit that must:

    3.1 The TD unit must include a focusing trap;

    3.2 The TD unit must be cryogen-free;

    3.3 The TD unit must include an interface with a connection to the GC;

    3.4 At a minimum, the unit must process (thermal desorption) a single sample using the sorbent tube;

    3.5 Must include software and a perpetual software license for controlling the unit;

    3.6 The unit must adhere to the following power requirements:

    1. 100-240 V AC;
    2. 50-60 Hz;
    3. Max 20 A

    4.0 Must include Measurement Software and a Mass Spectral (MS) library for the following measurement applications:

    1. Synchronized GC/MS measurements;
    2. Selective Ion Monitoring (SIM);
    3. SIM-Scan operation;
    4. Qualitative analysis of GC and MS signal;
    5. Quantitative analysis of GC and MS signal;
    6. Search and match of chemicals based on the MS pattern.

    5.0 Standards/Certifications:

    5.1 The Contractor must meet all applicable Canadian Standard Association (CSA) or Underwriters' Laboratories of Canada (ULC) standards and must provide a proof of CSA or ULC certification.

    6.0 The system must also include the option to purchase the following:

    1. A bypass adapter for direct injection of gas to the Mass Spectrometer;
    2. A Flame Ionisation Detector (FID) for the Gas Chromatograph System;
    3. A water management (water removal) module for the Preconcentrator/Thermal Desorption System;
    4. An adapter or module (from one to three inlets) for sampling air and gas from a pressurized on-line supply for the Preconcentrator/Thermal Desorption System

    7.0 Extended Warranty

    7.1 The requirement also includes the option to purchase extended the Maintenance and Support Services for up to one additional one-year period;

    8.0 Installation

    8.1 The Contractor must deliver, install, integrate, and configure all deliverables at the location specified in the Contract. The Contractor must unpack, assemble, and install the deliverables at the site. If applicable, this includes but is not limited to the provision of required moving and installation resources, packing material, vehicles, cranes, personnel, and floor protection panels. The Contractor must supply all associated materials required to effect complete installation, integration and configuration of the deliverables at the site. This must include but not be limited to such things as all the required power connectors, cables, and any other accessories required to install, integrate and configure the deliverables. Upon successful completion of the installation, integration and configuration of the deliverables, the Contractor must provide the Technical Authority with written notification that the deliverables are ready for testing. The Contractor must maintain all work areas at the installation site(s) in a clean and tidy condition and provide removal and disposal of all related packing material. The Contractor must begin installation within fourteen (14) calendar days of delivery and must complete the installation within seven (7) calendar days from the installation start date.

    9.0 Training

    9.1 The Contractor must provide onsite training to the Client in English (and French if required by the client) for the End User (up to 4): Training must include operation and manipulation of the equipment. The training should include but not be limited to product functionality, product features and limitations.

    10.0 Manuals

    10.1 The Contractor must deliver one (1) complete set of Documentation, in English (and French) with the deliverables. 

    This documentation must include all publications pertaining to technical specifications, installation requirements and operating instructions.

    11.0 Maintenance and Support Services

    11.1 The vendor must provide a parts and labour warranty for a minimum of one year after delivery and the option to purchase one additional year.

    12.0 Delivery Point

    12.1 Delivery of the requirement must be made to:

    National Research Council Canada

    1200 Montreal Road,

    Ottawa, Ontario

    K1A 0R6

    The responsive bidder already holding a Supply arrangement for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies from Public Works and Government Services Canada who meets the mandatory technical criteria with the lowest aggregate price will be recommended for contract award.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    Canada
    Contracting authority
    Homuth, Katie
    Phone
    343-549-4539
    Email
    Katie.Homuth@nrc-cnrc.gc.ca
    Address
    1200 Montreal Road
    Ottawa, ON, K1A 0R6
    CA

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective 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: