Genetic Analyzer
Solicitation number 01580-140405/A
Publication date
Closing date and time 2014/03/14 16:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: THIS CANCEL AND SUPERSEDES NOTICE PW-$EDM-607-10114 PUBLISHED ON GETS ON 2014-01-31 AND AMENDED ON 2014-03-11. 1. TITLE: GENETIC ANALYZER 2. SECURITY: There is no security requirement associated with the requirement. 3. REQUIREMENT: The Department of Agriculture and Agri-Food Canada (AAFC), The Canadian Animal Genetic Resources (CAGR) program has a mandate to protect Canadian domestic livestock, poultry and heritage breeds through the collection and cryopreservation of germplasm. This initiative is achieved through independent donations from producers and artificial insemination (AI) centers interested in the conservation of animal genetics. A portion of these donations are used in research projects investigating, characterizing and evaluating the genetic diversity of these species. To realize the different research projects, the CAGR requires the acquisition of a genetic analyzer which will facilitate current and future projects investigating genetic diversity and characterization of Canadian livestock and poultry species. Our group needs to replace its current genetic analyzer (ABI 3130xl, Life Technologies). The next genetic analyzer must have the capability of genotyping SSR (Simple Stranded Repeats) and serve as an adequate platform for producing high quality sequence data used to assess mtDNA lineage, and haplotype diversity within and among livestock populations. In addition, this system must also have the capability to test SNPs, which will be of interest for future genetic diversity and conservation projects within the CAGR. Finally, the new system must be able to read the over 2000 existing .fsa (fragment analysis) files that have been generated with the current DNA analyzer. The Minimum Performance Specification are included in Annex "A" and Annex "C" of the solicitation. 4. EVALUATION AND SELECTION: Mandatory technical evaluation criteria are included in Annex "C" of the solicitation. Contractor selection will be based on the responsive bid with the lowest evaluated price will be recommended for award of a contract. 5. DELIVERY DATE: Delivery is mandatory to be no later than 2014-March-31. 6. INTEGRITY PROVISIONS - BID Pursuant to section 01 of Standard Instructions 2003, Bidders who are incorporated, including those bidding as a joint venture, must provide a complete list of names of all individuals who are currently directors of the Bidder. Bidders bidding as sole proprietorship, including those bidding as a joint venture, must provide the name of the owner. Bidders bidding as societies, firms, or partnerships do not need to provide lists of names. If the required names have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide the names within the time frame specified will render the bid non-responsive. Providing the required names is a mandatory requirement for contract award. This PWGSC office provides procurement services to the public in English. Contracting Authority Lorraine Jenkinson Supply Specialist Public Works and Government Services Canada Acquisitions Branch, Western Region Telus Plaza North 10025 Jasper Avenue, 5th Floor Edmonton, AB T5J 1S6 Telephone: (780) 497-3593 Facsimile: (780) 497-3510 E-mail address: Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca IMPORTANT NOTICE TO BIDDERS Notifications about amendments to an opportunity. Buyandsell.gc.ca/tenders provides a Web feed to keep you informed about amendments to an opportunity of interest. Get more details on the Government of Canada Web site: https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun ities#20 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
-
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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Jenkinson, Lorraine
- Phone
- (780) 497-3593 ( )
- Fax
- (780) 497-3510
- Address
-
Telus Plaza North/Plaza Telus Nord
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Agriculture and Agri-Food Canada
- Address
-
1341 Baseline RoadOttawa, Ontario, K1A0C5Canada
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.B607.F10114.EBSU000.PDF | 000 |
French
|
6 | |
ABES.PROD.PW_EDM.B607.F10114.EBSU001.PDF | 001 |
French
|
1 | |
ABES.PROD.PW_EDM.B607.F10114.EBSU002.PDF | 002 |
French
|
1 | |
ABES.PROD.PW_EDM.B607.E10114.EBSU002.PDF | 002 |
English
|
1 | |
ABES.PROD.PW_EDM.B607.E10114.EBSU000.PDF | 000 |
English
|
23 | |
ABES.PROD.PW_EDM.B607.E10114.EBSU001.PDF | 001 |
English
|
1 |
Access the Getting started page for details on how to bid, and more.