Marine Tissue Samples Analysis

Solicitation number F2402-200173/A

Publication date

Closing date and time 2021/03/04 16:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Les Laboratoires Iso-BioKem inc.
    367 rue Gratien Gelinas
    Rimouski Quebec
    Canada
    G5M0V1
    Nature of Requirements: 
    
    Marine Tissue Samples Analysis
    
    F2402-200173/A
    Hemy, Andrew
    Telephone No. - (403) 463-6589
    Fax No. - (418) 566-6167 
    
    Line 1, GSIN: B002A, Marine Tissue Samples Analysis, Quantity: 1, Unit of Issue: Each, Delivery Date: See Herein
    
    1. Advance Contract Award Notice (ACAN) 
    
    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.
    
    2. Definition of the requirement 
    
    The Department of Fisheries and Oceans Canada has a requirement to obtain targeted analysis of metabolite content for tissue samples of marine species from experimental studies for evaluation of metabolomic responses to single and/ or combined environmental stressors using hydrophilic interaction chromatography liquid chromatography-mass spectrometry (HILIC LC-MS). 
    The work will involve the following: Provide analysis of content for a suite of 48 representative molecules or metabolites (Table 1) for 1230 prepared tissue samples from marine organisms (mainly invertebrates in the Mollusca group, but may include some samples of Amphipoda and Chordata (Cottoidei fishes; common name Sculpins). The targeted metabolites of interest are primarily those associated with energy metabolism of the cell (aerobic and anaerobic). Sample handling and analyses are to be conducted according to the following approach: 
    Apply analysis methods from Hsiao et al. (2018) and Huang et al. (2018) adapted to detect and quantify heat sensitive compounds of interest (Table 1) and to reduce strong sample matrix effects related to marine organisms as follows:
    a) Freeze-dry and homogenize marine biological samples. Perform liquid-solid extraction on prepared (freeze-dried and homogenized) tissue samples. Specific sample preparation for marine invertebrates is required to ensure temperature control and integrity of sample extractions using Precellys equipment
    b) Identify and quantify (range 500µg/mL to 50 ng/mL) the metabolites described in table 1 with LC-MS/MS in positive and negative analysis.
    c) Perform quantification accurately and precisely on large batches of samples (>200). Monitor sensibility and accuracy of the analysis during the batch process using specific internal standards.
    To ensure that samples are not subject to damage/deterioration in transit the successful bidder must either be within a 10km radius of Université du Québec à Rimouski where the samples and project collaborators reside and be able to receive prepared samples or prepare the samples themselves as outlined in step a), if they are outside of this radius.
    All results to be provided to the project authority in the form of an excel spreadsheet.
    
    
    Table 1
    Analysis Compound
    Pos a-aminoadipic acid
    Pos a-aminobutyric acid
    Pos L-Alanine
    Pos Adenosine 5’-monophosphate
    Pos L-Arginine
    Pos L-Aspartatic acid
    Pos ß-aminoisobutyric acid
    Pos Betaine
    Pos L-Cystine
    Pos FAD
    Pos D-Glutamic acid
    Pos L-Glutamine
    Pos Glycine
    Pos L-Histidine
    Pos Hydroxy-L-proline
    Pos L-Isoleucine
    Pos L-Leucine
    Pos L-Lysine
    Pos L-Methionine
    Pos NAD
    Pos L-Phenylalanine 
    Pos DL-Proline
    Pos Sarcosine
    Pos L-Serine
    Pos L-Threonine
    Pos L-Tryptophan
    Pos L-Tyrosine
    Pos L-Valine
    Neg Acetyl CoenzymeA
    Neg Adenosine 5’-diphosphate
    Neg a-ketoglutarate
    Neg Adenosine 5’-triphosphate
    Neg Cis-aconitic acid
    Neg Citrate (sodium)
    Neg D-fructose-1.6-biphosphate trisodium 
    Neg Fumaric acid
    Neg D-(+)-Glucose
    Neg D-Glucose-6-phosphate
    Neg L-Lactate (sodium)
    Neg DL-Malic acid
    Neg NADH
    Neg NADP
    Neg NADPH
    Neg Oxaloacetic acid
    Neg Phospho(enol)pyruvic acid
    Neg Pyruvate (sodium)
    Neg Succinate (sodium)
    Neg Succinyl-CoenzymeA
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Experience: The Bidder must have been in continuous business for at least 5 years with specialization the metabolomics and lipidomics profiling and fingerprinting of marine organisms (particularly including a range of marine invertebrates). Bidder must provide a short summary with significant dates that demonstrate at least 5 years continuity in carrying out complex and large size metabolomics and lipidomics profiling and fingerprinting of marine organisms projects, where specific setups are needed to avoid matrix effects due to the saline environment. The bidder must be up to date with the use of cutting-edge equipment and analytical approaches, as well as possess the necessary equipment and expertise required to carry out this kind of analysis. Together the Bidder (as a research team) must possess at least 35 peer reviewed scientific research and methodology articles.
    Knowledge, understanding and equipment: The Bidder must demonstrate using analytical process description, the procedures in lab cleanliness, contamination prevention, use of specific equipment for analyses, use of relevant software, knowhow, use and access to a large molecule profiles library. 
    The Bidder must possess the necessary cutting-edge equipment and experience to undertake the entire analytical process outlined in section 2. In more detail, the Bidder must posses:
    - Specialized equipment for the transport of samples in liquid nitrogen from the origin to the analysis laboratory;
    - Specialized homogenizing equipment to work at extremely cold temperatures to avoid marine invertebrates sample deterioration (incl. using liquid nitrogen);
    - Equipment for proper storage of samples and standards during, before and after analyses (incl. for example dry shipper, -80°C freezer);
    - Dedicated laboratory for sample preparation in a sterile environment as required and necessary (analytical micro and ultra microbalances, Rotovap, Speedvac for up to 150 sample vials for efficient and fast sample preparation);
    - LC/MS QQQ equipment for metabolites and lipids screening of samples, including automated sample injectors capable of holding at least 100 samples at 4°C to allow for high throughput analysis while preventing sample deterioration;
    - Official Agilent MassHunter data or comparable analysis software to extract data from raw files coupled with custom bioinformatics tools to extract comprehensive datasets adapted to the researchers’ needs;
    - Standard operating procedures ensuring minimal variation and maximal repeatability of analyses.
    
    Academic qualifications: The team leader(s) must possess a Ph.D. in marine biology or biology (specialisation in marine biology and marine organisms’ biochemistry) or chemistry (with specialisation in marine organic chemistry and biochemistry). The analyses operator must possess at least a Master’s degree in marine biology or biology (specialisation in marine biology and marine organisms’ biochemistry) or chemistry (with specialisation in marine organic chemistry and biochemistry).
    4.  Applicability of the trade agreement(s) to the procurement 
    
          This procurement is subject to the following trade agreement: 
    o Canadian Free Trade Agreement (CFTA)
    5. Justification for the Pre-Identified Supplier 
    
    This contract requires a lab with experience working with marine tissues. Substantial additional time would be required for other labs who only have experience conducting matabolomic analyses for medical applications. To our knowledge, there are no alternative sources of supply for these services.
    6. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d): Only one person is capable of performing the work.
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    a. Canadian Free Trade Agreement (CFTA)
    Where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist due to an absence of competition for technical reasons.
    
    8. Period of the proposed contract or delivery date 
    All deliverables are to be received no later than March 31, 2021. 
    9. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $75,000-$95,000.00 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    Iso-BioKem Inc. 
    367 Rue Gratien-Gelinas, Rimouski
    Quebec, Canada G5M 0V1
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the services described in the ACAN may submit a statement of capabilities in writing 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.
    12. Closing date for a submission of a statement of capabilities 
     
    The closing date and time for accepting statements of capabilities is March 4, 2021 at 2:00 p.m. MST.
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Andrew Hemy
    Procurement Officer
    Telephone: 403-463-6589
    E-mail address: andrew.hemy@pwgsc-tpsgc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing 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.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hemy, Andrew
    Phone
    (403) 463-6589 ( )
    Email
    andrew.hemy@pwgsc-tpsgc.gc.ca
    Fax
    (418) 566-6167
    Address
    Harry Hays Building (HHB)
    Room 759, 220-4th Avenue SE
    Calgary, Alberta, T2G 4X3

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    Quebec (except NCR)
    Procurement method
    Non-Competitive
    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: