Biochemistry Consulting Services - Ralston, Alberta

Solicitation number W7714-196712/A

Publication date

Closing date and time 2019/03/28 16:00 EDT


    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: 
    ALOL Biomedical Inc
    507 Albert Ave
    Saskatoon Saskatchewan
    Canada
    S7N1G4
    Nature of Requirements: 
    
    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 
    
    Defence Research and Development Canada (DRDC) - Suffield Research Centre (SRC) has a requirement for consulting services for technical expertise in the field of clinical biochemistry on a "when and if required" basis by phone, e-mail, video conference, or on site. 
    
    The Offeror must provide expert advice and support on topics including, but not limited to:
    (1) The physiology and pathophysiology of blood clotting and the effects of haemorrhage
    (2) The effect of chemical warfare agent exposure on the physiology and pathophysiology of blood clotting and the effects of haemorrhage
    (3) Selecting instrumentation for testing various aspects of blood clotting
    (4) Instruction on the proper use of the instrumentation used for the testing
    (5) Choosing statistical tests, how to organize data and recommending data analysis software
    (6) Interpreting the clinical relevance of the data
    (7) The fundamental aspects of coagulation and circulatory physiology involving the following metrics and assay systems: 
    (a) Coagulation/Hemostasis Coagulation/Hemostasis Instrumentation (Bench Top (BT) and Point of Care (POC)); 
    (b) Coagulation methods (assessment of the soluble enzymes);
    (c) Prothrombin Time (International Normalized Ratio (PT (INR));
    (d) Activated Partial Thromboplastin Time (APTT);
    (e) Fibrinogen (FGN);
    (f) Activated Clotting Time (ACT);
    (g) Fibrinolytic methods (helpful for monitoring tranexamic acid use);
    (h) Clot lysis;
    (i) Plasmin generation;
    (j) Cellular aspects;
    (k) Platelets (PLT) count;
    (l) PLT functionality;
    (m) Off-site and/or on-site training and laboratory instrument (BT & POC) calibration, validation and quality control; also adaptation of instruments to use beyond normal clinical conditions, such as hypothermia e.g.:
    (i) Coagulation;
    (ii) Blood gases;
    (iii) Chemistry analysis;
    (iv) Hematology;
    (v) Platelet Function Analysis (PFA);
    (vi) Biomarker analysis; and
    (vii) The clinical aspects of blood clotting and the effects of haemorrhage
    
    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 it meets the following requirements:
    
    M1 = Must have PhD, MD, DVM, or PharmD with clinical pathology specialization in clinical biochemistry/hematology/coagulation.
    M2 = Must have minimum ten (10) years’ experience, in the last twenty-five (25), in the fields of clinical biochemistry including coagulation & point of care testing and chemical warfare agent toxicity evaluation & mitigation.
    M3 = Must have minimum ten (10) peer-reviewed publications the areas of clinical biochemistry with minimum one (1) peer-reviewed publication on coagulation and minimum one (1) peer-reviewed publication on point of care testing 
    
    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 
    
    The pre-identified supplier is the only known supplier who has the required education, knowledge, experience, and skills to provide the required expertise and support in the fields of clinical biochemistry and chemical warfare agent toxicity evaluation & mitigation.
    
    It is not feasible nor affordable to compete this requirement with the level of training that would be required to provide to a new supplier.
    
    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:
    - Canadian Free Trade Agreement (CFTA) - Article 513, 1biii
    - North American Free Trade Agreement (NAFTA) - Article 1016, 2b
    
    8. PERIOD OF THE PROPOSED CONTRACT OR DELIVERY DATE 
    
    The proposed period of the contract is 2019-04-01 to 2020-03-31 with up to four (4) - one (1) option year periods under the same conditions.
    
    9. COST ESTIMATE OF THE PROPOSED CONTRACT 
    
    The estimated value of the contract, including options, is $105,000.00 (including applicable taxes)
    
    10. NAME AND ADDRESS OF THE PRE-IDENTIFIED SUPPLIER 
    
    ALOL Biomedical Inc.
    507 Albert Ave
    Saskatoon, SK S7N 1G4
    
    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 2019-03-28 at 14:00 MDT. 
    
    13. INQUIRIES AND SUBMISSION OF STATEMENTS OF CAPABILITIES 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Dallas Scott
    Procurement Officer
    Public Services and Procurement Canada
    Acquisitions Branch
    Western Region
    
    ATB Place, North Tower
    5th Floor, 10025 Jasper Avenue
    Edmonton, AB T5J 1S6
    
    Telephone: 780-224-7200
    Facsimile: 780-497-3510
    E-mail: dallas.scott@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

    • 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
    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
    Dallas Scott
    Phone
    (780) 224-7200 ( )
    Email
    dallas.scott@pwgsc-tpsgc.gc.ca
    Fax
    (780) 497-3510
    Address
    ATB Place North Tower
    10025 Jasper Ave./10025 ave Jasper
    5th floor/5e étage
    Edmonton, Alberta, T5J 1S6

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Procurement method
    Non-Competitive