CHARACTERIZATION OF SELF-ASSEMBLED MONOLAYER (SAM) ELECTROCHEMICAL SENSOR FOR POTENTIAL USE AS A DIA
Solicitation number W7702-175830/A
Publication date
Closing date and time 2016/11/28 16:00 EST
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Comprehensive Land Claim Agreement: No Nature of Requirements: 1. TITLE CHARACTERIZATION OF SELF-ASSEMBLED MONOLAYER (SAM) ELECTROCHEMICAL SENSOR FOR POTENTIAL USE AS A DIAGNOSTIC TEST DEVICE FOR MESSENGER RNA 2. SECURITY REQUIREMENTS There is no security requirement applicable to this contract 3. REQUIREMENT Defence Research and Development Canada (DRDC) - Suffield Research Centre (SRC) is investigating the utility of host-derived biomarkers (e.g. specific ribonucleic acid (RNA) sequences) for early detection of infection with a pathogen. Moleculardiagnostic platforms will be required to detect the candidate biomarkers in clinical diagnostic samples. The long term goal of the project is a diagnostic system that can be used in the field by soldiers/first responders or in a mobile laboratory/field hospital, thus a non-optical based, e.g. electrochemical, system is desired. Since the gold standard for detection of RNA is reverse transcription coupled with polymerase chain reaction (PCR), the utility of electrochemical sensors for detection of RNA will need to be evaluated. Comparative evaluation of the commercial-off-the-shelf (COTS) electrochemical reader Helios (from GeneFluidics) with a lab-based electrochemical system is required to ascertain whether electrochemical sensors are a suitable platform methodology for detection of specific RNA molecules. 4. PERIOD OF THE CONTRACT The estimated period of the Contract is from date of award until 2018-03-31, with two (2) one (1) year options. 5. EVALUATION CRITERIA Mandatory technical criteria, point rated criteria, and management evaluation criteria are included in Annex D 6. BASIS OF SELECTION 1. To be declared responsive, a bid must: a. comply with all the requirements of the bid solicitation; b. meet all mandatory technical evaluation criteria; and c. obtain the required minimum of 192 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 240 points 2. Bids not meeting (a) or (b) or (c) will be declared non responsive. The responsive bid with the highest number of points will be recommended for award of a contract, provided that the total evaluated price does not exceed the budget available for this requirement. 7. OWNERSHIP OF INTELLECTUAL PROPERTY Crown Owned Delivery Date: Above-mentioned 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
-
Agreement on Internal Trade (AIT)
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
- Scott, Dallas
- Phone
- (780) 224-7200 ( )
- Fax
- (780) 497-3510
- Address
-
ATB Place North Tower
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_EDM.B064.E10896.EBSU000.PDF | 000 |
English
|
22 | |
ABES.PROD.PW_EDM.B064.F10896.EBSU000.PDF | 000 |
French
|
1 |
Access the Getting started page for details on how to bid, and more.