Q Extractive Basic Mass Spectrometer (MS) System
Solicitation number 31029-216575/A
Publication date
Closing date and time 2020/10/09 16:00 EDT
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / 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: THERMO FISHER SCIENTIFIC (MISSISSAUGA) INC. 2845 Argentia Rd Unit 4 Mississauga Ontario Canada L5N8G6 Nature of Requirements: Q Extractive Basic Mass Spectrometer (MS) System 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 National Research Council Canada has a requirement for the supply, delivery, installation of one (1) Q Extractive Basic Mass Spectrometer (MS) System. The Q Extractive Mass Spectrometer is a high performance benchtop quadrupole Orbitrap system based on the combination of Hyberbolic quadrupole technology combined with Orbitrap analyzer technique. Implementation of a quadrupole mass filter in front of the curved ion trap (C-Trap) allows for precursor ion selection and hence for Mass Spectrometer/Mass Spectrometer and Single Ion Monitoring (SIM) scan modes besides the ability of full MS mode. In addition the high sensitivity S-lens ion source, with the implementation of enhanced Fourier-Transform (FT) transient processing, further increase of scan speed and resolving power can be achieved. Together with the new and unique scan type of spectra multiplexing, where multiple preselected precursors are collect in the C-Trap for simultaneous high resolution detection in the Orbitrap, further reduction of cycle time can be accomplished. The data analysis software package included with this purchase, will allow analysis of data from other NRC institutes utilizing the Q-Exactive MS system. The purchase price shall include installation, training, and 1 year warranty. 3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that its equipment meets the following requirements: A. The system must offer multiple Scan modes including Single Ion Monitoring (SIM), Full Scan, Tandem Mass Spectrometry (MS/MS), Data independent acquisition (DIA). B. The system must offer Orbitrap-based Fourier-Transform Mass Spectrometer (FT-MS) providing high resolution, high mass accuracy, and high sensitivity. C. The system must analyze Mass range: 50 < m/z < 6000 D. The system must offer the following Sensitivity: I. Full MS: 500 fg Buspirone on column S/N 100:1 II. SIM: 50 fg Buspirone on column S/N 100:1 E. The system must offer Resolution at m/z 200 (scan rate) I. 17,500 (12 Hz) II. 35,000 (7 Hz) III. 70,000 (3 Hz) IV. 140,000 (1.5 Hz) F. The system must offer Mass Accuracy I. < 3 ppm RMS error with external calibration II. < 1 ppm RMS error with internal calibration G. The system must offer Quadrupole Isolation from 0.4 amu to full mass range H. The system must offer Polarity Switching - One full positive and negative scan cycle under 1 sec at a resolution setting of 35,000 (at m/z 200). I. The system must offer Spectra Multiplexing I. Analyzing up to 10 different selected precursors in one Orbitrap scan top N with predictive AGC II. Up to 10 Hz high resolution accurate mass MS/MS J. The system must have the ability to pair with Vanquish Flex Binary UHPLC LC-MS front end system. K. The system must include Full Proteome Discoverer and quantitation software. 4. Applicability of the trade agreement(s) to the procurement This procurement is subject to the following trade agreement(s): o Canadian Free Trade Agreement (CFTA) o World Trade Organization - Agreement on Government Procurement (WTO-AGP) 5. Justification for the Pre-Identified Supplier ThermoFisher Scientific (Mississauga) Inc. is the only manufacturer that can provide one (1) Q Extractive Basic Mass Spectrometer System that has the capability to meet the minimum essential requirements. The Q Extractive Basic Mass Spectrometer System is the only benchtop MS instrument equipped with a quadrupole coupled to an Orbitrap analyzer that can reach more than 100,000 FWHM (full width half maximum) resolution with tandem MS capability. The Q Extractive Basic Mass Spectrometer is the only mass spectrometer that combines quadrupole and C-trap-Orbitrap mass analyzer technologies together. 6. Government Contracts Regulations Exception(s) The following exception(s) to the Government Contracts Regulations is (are) 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 exclusion(s) and/or limited tendering reasons are invoked under the: o Canadian Free Trade Agreement (CFTA) - Article 513: 1(b) (iii) o World Trade Organization - Agreement on Government Procurement (WTO-AGP) Articles VII through XIV 8. Period of the proposed contract or delivery date The equipment must be delivered, installed, and training complete by March 31, 2021 9. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $333,170.29 (GST/HST extra). 10. Name and address of the pre-identified supplier Thermo Fisher Scientific (Mississauga) Inc. 2845 Argentia Road, Unit # 4, Mississauga, Ontario L5N 8G6 11. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction 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 October 9, 2020 at 2:00 p.m. MDT. 13. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Name: Christopher Lau Title: Procurement Specialist Public Services and Procurement Canada Acquisitions Branch Canada Place, Suite 1000 9700 Jasper Avenue Edmonton AB T5J 4C3 Telephone: 780-566-2195 Facsimile: 780-497-3510 E-mail address: christopher.lau@pwgsc.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.
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
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lau, Chris
- Phone
- (780) 566-2195 ( )
- Email
- christopher.lau@pwgsc-tpsgc.gc.ca
- Fax
- (780) 497-3510
- Address
-
Canada Place/Place du Canada
Suite 1000
10th Floor/10e étage
9700 Jasper Ave/9700 ave JasperEdmonton, Alberta, T5J 4C3
Buying organization(s)
- Organization
-
National Research Council Canada
- Address
-
100 Sussex DrOttawa, Ontario, K1A0R6Canada
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.