DNA EXTRACTION INSTRUMENT

Solicitation number 01581-180379/A

Publication date

Closing date and time 2017/11/17 16:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    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: 
    LGC Genomics, LLC
    3600 Minnesota Street
    Alexandria Minnesota
    United States
    56308
    Nature of Requirements: 
    
    DNA EXTRACTION INSTRUMENT
    
    01581-180379/A
    Skora, Kacper
    Telephone No. - (403) 619-8469
    Fax No. - (403) 292-5786 
    
    ACAN - DNA EXTRACTION INSTRUMENT - 01581-180379
    
    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. Requirement
    
    Public Works and Government Services Canada (PWGSC) on behalf of its client, Agriculture and Agri-Food Canada, intends to enter into a Contract with LGC Genomics, LLC. for the supply, delivery, installation, and training of the specified Automated DNA Extraction Instrument: oKtopure High Throughput DNA extraction robot (KBS-0009-001), oKtopure Off line Tip Wash Option (KBS-0009-003), and Cabinet Oil Free Compressor, 25L , Auto drain included, 230v 50Hz (KBS-0099-033).
    Swift Current Research and Development Centre require an automated DNA extraction platform capable of rapidly extracting and purifying high concentration, high quality DNA from wheat leaf tissue and seed samples for downstream genotyping and DNA sequencing assays. The instruments must incorporate technology to minimize and enable the re-use of disposable laboratory plastics to both reduce sample processing costs and environmental impact. The instrument must also incorporate height adjustment, plate replication and plate-reformat capabilities to allow the use of SBS ANSI laboratory standard 96-well and 384-well deep and shallow sample plate formats.
    
    3. Criteria for assessment of the Statement of Capabilities
    
    Suppliers who consider themselves fully qualified and available to provide the goods in this 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.
    
    MANDATORY TECHNICAL SPECIFICATIONS
    Automation/Throughput
    a. The instrument must be capable of extracting DNA from a minimum of 500 samples in a single walk-away automated run.
    b. The instrument must possess a throughput capability of 3,000 DNA samples in a standard 8 hour workday and complete a single automated run in a maximum of 1.5 hours.
    
    Software/Tracking
    a. The instrument must include a PC bundled with instruments programming and operation software to facilitate the implementation of customized or pre-set protocols to suit a variety of sample materials.
    
    System
    a. The system must incorporate a pipette based , "move reagents only" design to both reduce sample processing costs and environmental impact as well as increase DNA yields by allowing extracted DNA to remain stationary thus reducing loss.
    b. The system must incorporate tip-washing to both reduce sample processing costs and environmental impact.
    c. The system must provide the user with the ability to adjust X, Y, and Z positions to allow for all SBS ANSI laboratory standard 96-well and 384-well deep and shallow sample plate formats.
    d. The system must be capable of transferring and reformatting extracted DNA to sister and daughter plates for preparation in downstream genotyping assays.
    
    Service and Warranty
    a. Two day on-site installation and two day operator training for up to 5 people included in the lot price.
    b. Minimum one-year warranty including parts and labour in the lot price.
    c. Option for service and maintenance contract offered for additional years of service upon completion of warranty period.
    d. On-site technical application support must be available on request.
    
    4. Applicability of the Trade Agreement(s) to the procurement 
    This procurement is subject to the following trade agreement(s):
    
    Canadian Free Trade Agreement (CFTA)
    North American Free Trade Agreement (NAFTA)
    
    5. Justification for the Pre-Identified Supplier
    
    LGC Genomics oKtopure™ automated DNA extraction instrument is the only instrument on the market capable of the mandatory requirement of full walk-away DNA extraction from 8-96 well sample plates in 1.5 hours. The oKtopure™ is also the only instrument to encompass all mandatory requirements of off-line tip washing, ‘move reagents only’ fluid handling, sample plate reformatting and adaptability to shallow and deep well sample plates through Z position adjustability.
    
    6. Government Contracts Regulations Exception(s)
    
    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 
     
    The following exclusions and/or limited tendering reasons are invoked under the: 
    - Canadian Free Trade Agreement (CFTA)  Articles 513.1(b) (iii) due to   an absence of competition for technical reason.
    - North American Free Trade Agreement (NAFTA)  Article 1016.2(b) 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;
    
    8. Deliverables
    
    oKtopure High Throughput DNA extraction robot (KBS-0009-001)
    oKtopure Off line Tip Wash Option (KBS-0009-003)
    Cabinet Oil Free Compressor, 25L, Auto drain included, 230v 50Hz (KBS-0099-033).
    Period of proposed contract delivery date:  March 31st, 2018 
    
    Estimated Value:    $ 141,801.94 USD (GST/HST extra).
    
    9. Pre-identified Supplier:
    
    LGC Genomics, LLC
    100 Cummings Center Suite 420H
    Beverly, MA 01915
    UNITED STATES
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Skora, Kacper
    Phone
    (403) 619-8469 ( )
    Email
    kacper.skora@tpsgc-pwgsc.gc.ca
    Fax
    (403) 292-5786
    Address
    Room 1650, 635 8th Ave. S.W.
    Calgary, Alberta, T2P 3M3

    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
    Saskatchewan
    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: