Gas Chromatograph Mass Spectrometer - Calgary, AB

Solicitation number 23294-140481/A

Publication date

Closing date and time 2014/02/04 16:00 EST


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Agilent Technologies Canada Inc.
    6705 Millcreek
    Unit 5
    Mississauga Ontario
    Canada
    L5N5M4
    Nature of Requirements: 
    Gas Chromatograph Mass Spectrometer - Calgary, AB
    
    Gas Chromatograph Mass Spectrometer
    
    1.	Advance Contract Award Notice (ACAN)
    
    An Advance Contract Award Notice (ACAN) allows department 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 goods, service or construction contract to a
    pre-identified supplier.  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 officer will proceed to a full
    tendering process. 
     
    2.	Definition of the requirement and justification for the
    pre-identified supplier
    
    The Geological Survey of Canada Calgary (SGCC) requires an
    integrated Gas Chromatography - Quadrupole - Time of Flight Mass
    Spectrometer (GC-QToFMS) data system to carry out the analysis
    of whole crude oil, refined petroleum products, refined and
    crude petroleum fractions for detailed compositional
    characterisation and mapping of organic compound classes that
    contain potent information on their genetic origin, thermal
    evolution and environmental impact.
    
    The rationale for the acquisition of this instrument lies in its
    ability to perform a complete analysis of samples in a one-shot
    process, thus eliminating many of the preparative steps.  These
    steps were previously necessary, but also constituted multiple
    sources of analytical error.  
    
    The Agilent 7200 GC-QToF is currently the only known integrated
    system that can eliminate these sources of analytical error. 
    
    In the interest of obtaining results with increased accuracy and
    precision, the proposed system must be supplied by a single
    vendor on a single proposal.  It must also meet the criteria
    below:
    
    i.	Screen samples for unknowns and for the quantitation of
    target compounds.
    ii.	Easily change the complete source (repeller, ion volume,
    extraction lens and filaments) over to a CI source without
    venting.
    iii.	Fully integrate to allow the control and operation of the
    Gas Chromatograph (GC), Mass Spectrometer (MS), GC-PAL
    autosampler, and data processing system from a single software
    platform.
    iv.	Include an advanced statistical analysis package capable of
    directly analyzing acquired, deconvoluted data files and
    identifying correlations based on ANOVA, student's T tests and a
    variety of other statistical models.
    v.	Operate on a software platform that is compatible with the
    GSCC's existing Agilent GC/MS Single Quadropole instruments.
    
    3.	Criteria for assessment of the statement of capabilities
    (minimum essential requirements)
    
    Specifications for the GC:
    
    i.	The GC must be fitted with a split/splitless injector.
    ii.	Must have electronic pressure control and display pressure
    setpoints to 0.001 psi.
    iii.	Must be fitted with a Flame Ionisation Detector (FID) and
    capillary column effluent splitter (such as a microfluidics
    splitter) to split capillary column between FID and MS.
    iv.	Must have a CTC GC-PAL liquid only injector with all
    associated hardware and software.
    
    Specifications for the MS:
    
    i.	Must be an MS/MS Quadrupole Time of Flight (QTOF) instrument
    with microchannel plate, photomultiplier-based detector.
    ii.	Must be able to be operated in Multiple Reaction Monitoring
    (MRM) mode and have proven comparable results to the GSCC's
    existing GC-Triple Quadrupole MS (Varian 1200L).
    iii.	The ToF MSmust have a mass revolution of at least 10 000
    (FWHM).
    iv.	Must be based on 4 GHz or higher analog-to-digital
    electronics for high resolution, sensitive, accurate mass data
    acquisition.
    v.	For stability, the flight tube must be vacuum-insulated to
    eliminate temperature-related mass drift.
    vi.	Must be based on a true EI source for comparison with
    historic and future CG/MS data.  APCI or other modified LC/MS
    type sources are unacceptable.
    vii.	Must be able to easily change the complete source
    (repeller, ion volume, extraction lens and filaments) over to a
    CI source without venting.
    viii.	Must include an advanced statistical analysis software
    package capable of directly analyzing acquired, deconvoluted
    data files and identifying correlations based on ANOVA,
    student's T tests and a variety of other statistical models.
    
    Specifications for the GC-MS data system:
    
    i.	Must provide integrated control of the GC, MS and a CTC
    GC-PAL liquid autosampler.
    ii.	Must include license for up to 8 off-line users.
    
    Specifications for miscellaneous:
    
    i.	All cables, tubing, power cords and fittings required for
    installation and operation must be included along with complete
    operation and maintenance manuals.
    ii.	Any gas generators (such as Nitrogen) required for cooling
    gas must be included.
    iii.	Specify site requirements.
    iv.	The system must have a one year warranty beginning on the
    date of acceptance of the system by the site authority.  The
    proposal must include up to three years of extended warranty or
    a standard service contract for up to 3 years immediately
    following the expiry of the warranty period.
    v.	All prices must include delivery to, and installation in, the
    Geological Survey of Canada laboratory in Calgary and also the
    cost of on-site training in set-up, maintenance and operation of
    the system at the time of installation.
    vi.	All equipment must be approved by the Canadian Standards
    Association (CSA). 
    
    4.	Applicability of the trade agreements to the procurement
    
    Agreement on Internal Trade (AIT)
    World Trade Organization - Agreement on Government Procurement
    (WTO-AGP)
    North American Free Trade Agreement (NAFTA)
    
    5.	Government Contracts Regulations Exception(s)
    
    This contract is subject to subsection 6 (d) of the Government
    Contracts Regulations, in that only one person or company is
    capable of performing the contract.
    
    6.	Exclusions and/or Limited Tendering Reasons
    
    Article 506, Section 12 (b) of the Agreement on Internal Trade
    (AIT)
    
    "where there is an absence of competition for technical reasons
    and the goods or services can be supplied only by a particular
    supplier and no alternative or substitute exists;"
    
    Article XV, Section 1 (b) of the World Trade Organization -
    Agreement on Government Procurement (WTO-AGP)
    
    "when, for works of art or for reasons connected with protection
    of exclusive rights, such as patents or copyrights, or in the
    absence of competition for technical reasons, the products or
    services can be supplied only by a particular supplier and no
    reasonable alternative or substitute exists;"
    
    Article 1016, Section 2, (b) of the North American Free Trade
    Agreement (NAFTA)
    
    "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;"
    
    7.	Period of the proposed contract or delivery date
    
    The system must be delivered on Monday 31 March 2014.
    
    8.	Cost estimate of the proposed contract
    
    The estimated value of the contract is $467 349.66 CDN.
    
    9.	Name and address of the pre-identified supplier
    
    	Agilent Technologies Canada
    	6705 Millcreek Drive, Unit 5
    	Mississauga, ON  L5N 5M4
    
    10.	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.
    
    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.
    
    11.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed to:
    
    Name:		Mario Giguère
    Position:	Supply Officer
    Tel:		(780) 497-3788
    Fax:		(780 497-3510
    E-mail:		mario.giguere@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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Giguère, Mario
    Phone
    (780) 497-3788 ( )
    Fax
    (780) 497-3510
    Address
    Telus Plaza North/Plaza Telus Nord
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.